Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
BEST VALUE APPROACH TO HIGHWAY PROJECTS: TRANSPARENCY AND
INNOVATION
BY
BHARATH REDDY KOLLI
Submitted to the graduate degree program in Civil, Environmental and Architectural Engineering
and the Graduate Faculty of the University of Kansas in partial fulfillment of the requirement for
the degree of Master of Science.
Chairperson: Dr. Daniel Tran, Ph.D.
Dr. Brian Lines, Ph.D.
Dr. Alexandra Kondyli, Ph.D.
Date Defended:
ii
The Thesis Committee for BHARATH REDDY KOLLI certifies that this is the approved
version of the following thesis:
BEST VALUE APPROACH TO HIGHWAY PROJECTS: TRANSPARENCY AND
INNOVATION
Chairperson: Dr. Daniel Tran, Ph.D.
Date approved:
iii
ABSTRACT
Highway construction projects have historically been delivered using low bid procurement .
Even though this method of contracting has fostered competition among the proposers, many
industry stakeholders question whether it has achieved best value or not for the amount of dollars
spent on the project. Best value procurement is one of several alternate procurement methods
used by the highway industry to overcome the shortcomings of low bid procurement. Best value
procurement requires the subjective evaluation of technical proposals, and combines the
technical factors with price to select the proposer who offers best value to the owners. It is the
subjective evaluation of these technical factors that causes transparency issues in the selection
process. The aim of this thesis is to explore the use of best value and identify the best practices
for developing transparent best value selection procedures in highway projects. This thesis
utilized a survey, content analysis of best value Request for Qualification (RFQ)/ Request for
Proposal (RFP) documents, interviews, and various case examples to fulfil the research
objective. The thesis follows a two - paper format. The first paper focuses on identifying the
current state of practice of best value procurement in the highway industry. The content analysis
performed for this thesis helps identifies the most common evaluation criteria, award
algorithms, and debriefing procedures that promote transparency in best value procurement. In
the first paper seven case studies were compiled with the State Department of Transportations
(DOT) that have most experience using the best value procurement in the first paper. These
seven cases provide a clear description of the best value selection procedure and the steps taken
to achieve transparency. The second paper focuses on the use of best value procurement on
design-bid-build highway projects. The four case studies presented in the paper describe the best
value procedure of the state agencies on their design-bid-build projects. The results of the second
iv
paper show that best value procurement can be applied to design-bid-build projects successfully
with minor adjustments to the selection process. The thesis results show that providing simple,
clear, easy to understand, and project specific evaluation criteria increases the transparency of
the best value selection process. This thesis also identifies the various award algorithms and
debriefing procedures that increase the transparency of the selection process.
v
ACKNOWLEGDEMENTS
First, I would like to express my thankfulness to my advisor and committee chair, Dr. Daniel
Tran, for his continuous support and guidance during the course of my thesis for its successful
completion. He helped me in every possible way during these two years of my stay here and I
will forever be grateful to him.
I would like to thank my committee members, Dr. Brian Lines and Dr. Alexandra Kondyli
for their time, support and valuable suggestions they have offered me to complete this thesis.
I would like to thank the University of Kansas (KU), Civil, Environmental, and Architectural
Engineering Department for providing me an opportunity to pursue my academics here.
I would like to thank my parents, Purna Chandra Reddy Kolli, Aruna Kumari Kolli and my
sister Chandra Lekha Kolli for their support and encouragement throughout my studies.
Finally, I would like to thank my family members, friends, colleagues, and well wishers for
their unconditional love and support in me.
vi
TABLE OF CONTENTS
ABSTRACT ................................................................................................................................... iii
ACKNOWLEGDEMENTS ............................................................................................................ v
LIST OF TABLES .......................................................................................................................... x
CHAPTER 1: INTRODUCTION ................................................................................................... 1
1.1. Description of the Research ................................................................................................ 3
1.1.1. Goal ............................................................................................................................. 3
1.1.2. Description of the Research ........................................................................................ 3
1.1.3. Relevance .................................................................................................................... 4
1.2. Thesis Organization ............................................................................................................ 4
CHAPTER 2: LITERATURE REVIEW ........................................................................................ 6
2.1. Different Types of Procurement Methods .......................................................................... 6
2.2. Definition of Best Value ..................................................................................................... 9
2.3. Best Value Procurement Concepts.................................................................................... 10
2.3.1. Best Value Parameters ............................................................................................... 11
2.3.2. Best Value Evaluation Criteria .................................................................................. 13
2.3.3. Best Value Evaluation Rating Systems...................................................................... 17
2.3.4. Best Value Award Algorithms ................................................................................... 19
2.4. Advantages and Disadvantages of Best Value Procurement ............................................ 22
2.5. Selection of Best Value Procurement Projects ................................................................. 24
vii
CHAPTER 3: TRANSPARENCY IN BEST VALUE SELECTION PROCEDURES FOR
HIGHWAY CONTRACTS .......................................................................................................... 28
3.1. Introduction ....................................................................................................................... 29
3.2. Background ....................................................................................................................... 30
3.3. Research Methodology ..................................................................................................... 32
3.3.1. Survey Questionnaire ................................................................................................. 32
3.3.2. Content Analysis ........................................................................................................ 33
3.3.3. Case Studies ............................................................................................................... 36
3.4. Results and Analysis ......................................................................................................... 37
3.4.1. Survey Results ........................................................................................................... 37
3.4.2. Content Analysis Results ........................................................................................... 40
3.4.3. Case studies ............................................................................................................... 65
3.5. Summary and Discussions ................................................................................................ 79
3.6. Conclusions ....................................................................................................................... 80
3.7. References ......................................................................................................................... 82
CHAPTER 4: BEST VALUE PROCUREMENT FOR HIGHWAY DESIGN-BID-BUILD
PROJECTS* ................................................................................................................................. 84
4.1. Introduction ....................................................................................................................... 85
4.2. Background ....................................................................................................................... 86
4.3. Research methodology ...................................................................................................... 88
viii
4.3.1. Survey ........................................................................................................................ 88
4.3.2. Interviews .................................................................................................................. 89
4.3.3. Case Studies .............................................................................................................. 89
4.4. Results and Analysis ......................................................................................................... 90
4.4.1. Michigan DOT case study: M-39 South Field Freeway Project ............................... 92
4.4.2. New York DOT case study: Patroon Island Rehabilitation Project .......................... 93
4.4.3. Oregon DOT Case Studies ........................................................................................ 94
4.5. Discussions ....................................................................................................................... 95
4.6. Conclusions ....................................................................................................................... 96
4.7. References ......................................................................................................................... 98
CHAPTER 5: SUMMARY AND CONCLUSIONS .................................................................. 100
5.1. LIMITATIONS AND FUTURE RESEARCH ............................................................... 103
REFERENCES ........................................................................................................................... 104
APPENDIX A – NATIONAL SURVEY QUESTIONNAIRE .................................................. 110
APPENDIX B – CASE EXAMPLE PROJECT QUESTIONNAIRE ........................................ 117
APPENDIX C – REFERENCES FOR RFQ/RFP DOCUMENTS USED IN CONTENT
ANALYSIS ................................................................................................................................. 121
ix
LIST OF FIGURES
Figure 1. Best value procurement concepts (Scott et al. 2006) ........................................ 11
Figure 2. Best value evaluation rating systems (Source: Scott et al. 2006). ..................... 17
Figure 3. Best value procurement process flow chart (Source: Scott et al. 2006). ........... 26
Figure 4. Current Practices of Best Value Procurement ................................................... 37
Figure 5. Best value procurement and project delivery methods (n=35) .......................... 38
Figure 6. Evaluation criteria and weight in best value solicitations (n = 35) ................... 39
Figure 7. Debriefings in best value procurement procedures (n= 35) .............................. 40
Figure 8. Most common important evaluation criteria (n=79) ......................................... 43
Figure 9. Most common best value award algorithms (n=79) .......................................... 47
x
LIST OF TABLES
Table 1. Definitions of best value ..................................................................................... 10
Table 2. Suggested evaluation factors .............................................................................. 15
Table 3. Example best value evaluation criteria ............................................................... 16
Table 4. Summary of best value award algorithms (Scott et al. 2006). ........................... 19
Table 5. Best value RFP/RFQ content analysis ................................................................ 41
Table 6. Evaluation criteria for different types of projects ............................................... 51
Table 7. Award algorithms for different types of projects................................................ 53
Table 8. Factors that support transparency of evaluation criteria ..................................... 56
Table 9. Weighted criteria algorithm by state DOT ......................................................... 62
Table 10. Example of Adjusted Score Algorithms ........................................................... 64
Table 11. Adjusted bid algorithm by state DOT ............................................................... 64
Table 12. Case examples for best value selection procedure............................................ 66
Table 13. Best value selection process for D-B-B projects .............................................. 91
1
CHAPTER 1: INTRODUCTION
Construction projects in the public sector have been conducted for a long time by using the
traditional contracting method – awarding the contract to the lowest bidder based on the design-
bid-build delivery method. This contracting method increases competition among the proposers
and helps the owners to choose the contractor who offers the lowest bid to complete the job
(Chang 2004). This contracting method allows any contractor bid on the project if the contractor
meets the bidding criteria and bonding requirements. Since the selection process is based solely
on the price factor, the contract under the low bid procurement may fail to deliver the project on
schedule which causes an increase in the frustration of the public sector (Hilger 2009).
Moreover, the low bid procurement encourages contractors to implement cost cutting measures
instead of quality increasing methods. The low bid contracting makes it less likely that contracts
are awarded to the best performing contractor that will deliver the highest quality products
(Abdelrahman et al. 2008). Even though the low bid procurement process is simple, easy to
implement and is inherently transparent, this process can raise adversarial relationships among
parties involved and restricts innovation. Low bid procurement may not provide the best-value to
the owner for all project circumstances or types (Caltrans 2008).
Because of the above mentioned reasons, the highway industry has started to use alternate
procurement methods. Best value procurement is one of several alternate procurement methods
that has been used by highway agencies. State highway agencies have attempted to measure the
relative success of best value procurement and are convinced that best value procurement
provides better results than the low bid method of contracting (Abdelrahman et al. 2008). Best
value procurement has also been adopted by many government agencies in the United States and
2
other countries because it helps owners to select the most advantageous contractor that can
deliver a quality project (Yu and Wang 2012).
Best value procurement can be used in conjunction with a variety of project delivery
methods. Achieving the optimum combination of price and technical solutions for the public is
the main goal of best value selection. The use of best value procurement with the design - build
(DB) project delivery method is the most commonly seen in the highway industry. The technical
capability of the design builder is the most important factor along with cost in the DB method.
The technical proposal and the price proposal are the two principal elements used in the
evaluation for the best value selection in design build (Army Source Selection Guide, 2003; FAR
part 15, 2001). The selection of appropriate projects and the amount of design to be included in
the proposals are crucial for the success of DB best value projects (Molenaar and Johnson 2003).
The use of best value procurement in design-bid-build projects is not as common as DB. Under
DBB projects, since the design is already completed and there is less scope for innovation,
owners have to rely more on the factors like past performance, past experience, safety records,
and claims history to determine the best value contractor (Palaneeswaran et al. 2012).
The main objective of a government procurement office is to acquire goods and services and
to carry out construction in a manner that improves access, contest and equality among proposers
and results in best value to the public (Knight et al. 2012). The evaluation process of technical
factors is subjective in nature in the best value procurement. As a result, there is a possibility of
an unsuccessful proposer filing a protest that questions the transparency of the selection process
(Shane et al. 2006). The state agencies need to be absolutely fair to all the proposers and should
conduct the evaluation process with utmost transparency to prove that the contract is awarded
without any bias (Shane et al. 2006). In public procurements, tax payers money is used to fund
3
the projects. So the public officials have to be answerable to the people supporting their
decisions to award the project to a particular proposer. Parvin (2000) shows that without a
transparent evaluation plan, owners may have difficulty defending the evaluation process. Parvin
(2000) also states that clearly mentioning the evaluation criteria and the weights of each item in
the Request for Qualifications (RFQ) or Request for Proposals (RFP) can help achieve
transparency in the evaluation process. This helps to decrease the element of subjectivity that is
inherent to the best value evaluation process (Scott et al. 2006).
1.1. Description of the Research
The section discusses the main goal and the objectives of this study. The research approach
undertaken and the steps followed to achieve these objectives are also presented.
1.1.1. Goal
The primary goal of this research is to explore best practices that can help agency owners to
achieve transparency in best value procedure for highway contracts. By identifying the
evaluation criteria, selection methodologies, and debriefing procedures that can enhance the
transparency in the selection process, recommendations are developed to assist the highway
agencies in creating a transparent best value procedure.
1.1.2. Description of the Research
This goal is achieved by meeting the following research tasks:
1. Content analysis of best value RFQ/RFP documents of highway projects.
The RFQ/RFP documents of various best value highway projects from across the United
States were gathered by performing a search on state Department of Transportation (DOT)
websites. The documents gathered were analyzed to find the evaluation criteria, selection
4
methods and debriefing procedures used. This was achieved through a content analysis of the
documents collected from the search.
2. A national survey, structured interviews and case studies to identify the transparent best
value procedures
For the second part of the research, a survey questionnaire about the best value procurement
was developed and sent to all state DOTs. After the analysis of survey results, agencies that have
more experience with best value procurement were identified. To further investigate the research
problem, interviews were conducted with those agencies to identify the opportunities and
challenges of their best value procurement process. Finally, in depth case studies were compiled
to explain how to reach transparency among parties involved in the best value procedure.
1.1.3. Relevance
Very few researchers have addressed the need for developing transparent best value selection
procedures for highway construction projects. The conclusions and recommendations provided
in this study benefit highway agencies that do not have much experience with best value
procurement. The aim of these recommendations is to provide guidance to highway agencies that
are willing to use best value for the first time or that have very little experience using best value.
Providing these guidelines to owners will help them to develop a best value procurement
procedure that is transparent and open to proposers. It also helps the owners to select the best
qualified contractor to deliver the projects.
1.2. Thesis Organization
This thesis is divided into five chapters:
5
Chapter 1, Introduction, presents a short background on best value procurement and why
transparency is an important factor in best value procurement. The description and the objectives
of the research are also presented.
Chapter 2 summarizes the literature review of best value procurement. The literature
discusses various procurement methods, best value procurement and its concepts, evaluation
criteria, when to select the best value procurement, and advantages of best value procurement
over the low bid system.
Chapter 3 documents the research conducted to identify the best value selection methods that
help in achieving transparency in best value procurement for highway construction contracting.
This chapter is presented in the form of a journal article. This article discusses the content
analysis results of best value RFQ/RFPs, survey responses and presents case studies on the
transparent best value selection procedures followed by state highway agencies.
Chapter 4 presents the research conducted on the use of best value procurement for the
design-bid-build highway projects. This chapter is also presented in the form of an article format.
This article discussed detailed case studies on the best value selection procedure for the design-
bid-build projects. These case studies provide a better understanding of the use of best value in
design-bid-build, which is currently used very little in the highway industry. This article was
accepted for publication in the Construction specialty conference, Vancouver, British Columbia.
Chapter 5 presents the conclusions and the recommendations based on this research. The
limitations of the study are also presented in this chapter.
The survey questionnaire, interview questionnaire, and references for the RFQ/RFP
documents used in the content analysis are presented in the Appendix at the end of this thesis.
6
CHAPTER 2: LITERATURE REVIEW
The decision to use a particular form of project delivery calls for the commitment of design
and construction services, labor, materials and the management to complete the project
successfully. The steps taken by the owner to acquire the required services and commodities for
successful completion refer to procurement (Beard et al. 2001).
2.1. Different Types of Procurement Methods
Selecting an appropriate procurement procedure has a significant impact on the project
performance. Several factors should be considered during the selection process to make sure the
project is finished successfully. Researchers indicated that risks associated with a given project
can be minimized with the selection of an appropriate procurement method (El Wardani et al.
2006). The choice of procurement method should be adjusted according to the project delivery
method and the type of contract format (Beard et al. 2001). There are a number of procurement
procedures used in the construction industry. The typical procurement procedures include:
1. Sole source selection;
2. Qualifications based selection;
3. Negotiated source selection;
4. Fixed budget;
5. Low bid selection; and
6. Best value selection.
The following sections discuss briefly these procurement procedures.
7
Sole Source Selection
The sole source selection method involves the direct selection of the contractor based on
selection factors like past performance, reputation, technical and managerial qualifications, and
long-standing established relationships through previous projects. Price is not included as a
competitive factor in this method, so it limits open competition, which is required for most of the
public projects (Molenaar and Gransberg 2001). Public owners can use this method if there are
no any potential bidders for the project (Beard et al. 2001).
Qualifications based Selection
Owners select contractors based on responses submitted by proposers to the Request for
Qualifications (RFQs). A review of the proposals is performed on the basis of past performance,
technical competence, reputation, and financial stability. The owners rank the firms, according to
their qualifications during the review. Previous experience similar to the proposed project is
crucial for ranking. Owners start negotiations with the top ranked proposer to reach a “fair and
reasonable” price for the services required. In case of failed negotiations, the owner proceeds to
the second ranked proposer (Beard et al. 2001).
Negotiated Source Selection
The negotiated source selection process involves bilateral discussion between the proposers
and the owner (Beard et al. 2001). The owner requests proposals for the required services and
evaluates the proposals just like any other procurement. This method permits bargaining and
usually affords an opportunity for the proposers to revise their offers before the contract is
awarded. Responsive proposals are held after the discussions, and best and final offers are
8
submitted for those competitive proposals. The contract is awarded to the best proposal (Beard et
al. 2001).
Fixed Budget
The contract price is fixed by the owner and is stated in this procurement method. The
proposers develop qualitative and technical proposals and compete against each other in terms of
scope and quality as the project price is already fixed. The proposer that can provide the best
value to the owner is awarded the project. The adoption of the fixed price method to procure
integrated design and construction services is growing rapidly (Beard et al. 2001).
Low Bid
This is the oldest and most common procurement method. Price is the only attribute that
determines the contract award. This method is commonly used with traditional project delivery
methods, where the design is fully completed or nearly complete (Molenaar and Gransberg,
2001). The low bid method is used on projects where the scope is tight, and there is very little
extent for innovation. This method is the simplest and easiest method to implement (Gransberg
and Senadheera 1999). The low bid method is inherently transparent and will face the least
opposition because of the fact that the project is awarded to the lowest bidder.
Best Value
In this type of procurement method, proposers submit a separate technical proposal and a
price proposal for evaluation. The technical proposal is evaluated first on the basis of points
determined by the owner. Price proposals are typically opened after the consideration of the
technical proposals. The maximum points are allotted to the lowest bid and the points for all the
9
other bids are scaled inversely to that amount. The proposal with the highest combined points is
awarded the project (Beard et al. 2001). Public clients are using best value procurements on their
projects to achieve a maximum quality end product (Zhang 2006). The concept of best value was
originated from the idea that one contractor offers a better quality service than others (Yu et al.
2013). The ideas and approaches that are used to procure products and services in the private
sector were borrowed for the development of best-value procurement concepts in the public
sector (Gransberg et al. 2006). The following section discusses the best value definition in more
details.
2.2. Definition of Best Value
A procurement process where price and other key factors are considered in the evaluation
and selection of a contractor to enhance the long-term performance and value of the construction
is called bestvalue procurement (Gransberg and Ellicott 1996, 1997; Molenaar and Johnson
2003; Scott et al. 2006, Abdelrahman et al. 2008). These other factors include technical and
managerial merit, financial merit, and past performance (Gransberg and Ellicott 1997). Obtaining
the optimal combination of price and technical solution for the public is the main goal of best
value. Best value procurements allow government contracting agencies to evaluate offers based
on total procurement costs, technical solutions, and completion dates (Molenaar and Johnson
2003). Table 1 summarizes the various definitions of best value in the the literature.
10
Table 1. Definitions of best value
Source (Year) Definition
U.S. Army materiel
command (1994)
Best value is a process used in competitive negotiated
contracting to select the most advantageous offer by evaluating
and comparing factors in addition to price.
FAR 2.1001
Definions (2001)
Best value means the expected outcome of an acquisition that
in the government’s estimation, provides the greatest overall
benefit in response to the requirement.
Molenaar and
Johnson (2003)
Most advantageous to the government, price and other factors
are considered.
Palaneeswaran and
Kumaraswamy
(2000)
The best value procurement is one that is structured to consider
price and other relevant factors in making the bid selection to
provide the greatest monetary value to the client.
Twomey (1989) A selection process in which proposals contain both price and
qualitative components and the award is based upon an
evaluation of a combination of price and qualitative
considerations.
Abdelrahman et al.
(2008)
Best value aims at enhancing the long term performance
through selecting the contractor with the offer most
advantageous to the owner where price and other selection
factors are considered.
Scott et al. (2006) A procurement process where price and other key factors are
considered in the evaluation and selection process to enhance
long-term performance and value of construction.
2.3. Best Value Procurement Concepts
Scott et al. (2006) have categorized various concepts found in best value procurement with
the help of a survey and case studies. Four primary concepts are used to describe the nature of
the procurement process, including: best value parameters, evaluation criteria, evaluation
systems, and award algorithms (Figure 1).
11
Figure 1. Best value procurement concepts (Scott et al. 2006)
2.3.1. Best Value Parameters
The identification of parameters that adds value to a project is very critical as the agencies
should be able to defend their choices to the industry and public. Best value parameters are used
to select relevant evaluation criteria. The cost parameter is always included in the final set of
evaluation criteria. Scott et al. (2006) have performed several case studies and identified five
important best value parameters. They are as follows:
1. Cost
2. Time
3. Qualifications
4. Quality
5. Design Alternates
12
Cost
Cost still plays an important role in best value contracting, but it takes into account other non-
cost parameters as well. These non-cost parameters can be compared with the cost parameters to
see whether an increase in the cost will increase the value brought by these non-cost parameters
to the project. The objectivity of the cost parameter in the best value decision is its greatest
advantage.
Time
Best value time parameters allow the contractor to establish a schedule that is appreciative to the
plan for performing the construction (Scott et al. 2006). This parameter can reward the
contractors who propose a reduced schedule with an increase in cost by making the best value
award on a combination of price and time.
Qualifications
This parameter assists the state agency in selecting the most experienced and well-balanced
team. Public agencies have generally used past performance and experience criteria to determine
whether a contractor is qualified to bid or not. The ability to invite the contractors with a
successful track record is the greatest advantage of this parameter. The possibility of accusations
of favoritism is the main concern for this parameter. Owners should carefully develop
qualifications based on project specific requirements in order minimize these concerns (Parvin
2000).
13
Quality
The main advantage of this parameter is the ability to review the proposer’s quality management
plans before the contract is awarded. Using this parameter provides contractors with an incentive
to deliver a quality project because they will likely be judged on this performance in future
projects (Scott et al. 2006).
Design Alternates
The use of design alternates in the proposal might bring innovation in solutions for design
problems. The contractor who is aware of the latest developments in materials and technology
will usually be able to turn a design alternate into a timely benefit for the public agency’s project.
2.3.2. Best Value Evaluation Criteria
The next step after identifying the best value parameters is the determination of evaluation
criteria from the pre-defined parameters. Identification of evaluation criteria that will be used to
evaluate the ability of proposers to meet the needs and goals of the project is a key element in
best value procurement. These criteria vary from project to project depending on the needs of the
project and are generally developed by the owner. These factors may be evaluated on a pass/fail
basis, in which proposers have to meet minimum requirements set by the owners to be
responsive, or on a more objective best value basis, in which the proposals are evaluated against
the technical factors mentioned in the RFQ/RFP. Each criterion should be defined in terms of
standards against which responsiveness can be measured to be effective. Evaluation factors
should be determined in a way to request information which can support meaningful comparison
and minimize discrimination among proposals (Caltrans, 2008).
14
The best value evaluation criteria should be clear, and easy to understand for the proposers
and the public. Owners should select the evaluation criteria that brings measurable value to the
projects if they are not evaluated on a pass/fail basis (GDOT 2014). Several researchers have
suggested various evaluation factors which are summarized in Table 2. Management, past
experience, quality, safety, past performance, and financial ability are suggested by all the
researchers.
15
Table 2. Suggested evaluation factors
Suggested evaluation
factor
Potter &
Sanvido
(1995)
and
Russel
(1996)
Bubshait
(1996)
Alsugair
(1999)
Palaneeswaran
and
Kumaraswamy
(2000)
Scott
et. al
(2006)
Abdelrahman
et. al (2008)
Molenaar
and Tran
(2015)
Management √ √ √ √ √ √ √
Safety √ √ √ √ √ √ √
Quality assurance and
control √ √ √ √
√ √ √
Location √ √ √
Past experience √ √ √ √ √ √ √
Past performance √ √ √ √ √ √ √
Workforce availability
and resources √ √
√
Key Personnel
√ √ √ √
Financial stability √ √ √ √ √ √ √
Failed
performance/reputation √ √ √
Bonding √ √
√ √ √
Capacity for assuming
new projects √
Firm capacity √
√
Project specific
requirements √
Scheduling and control
√
√ √
NCHRP report 561 provided the summary of best value evaluation criteria based on the
research conducted and information gathered from case studies and literature reviews (Scott et al.
2006). Table 3 provides the list of evaluation criteria proposed by NCHRP report 561.
16
Table 3. Example best value evaluation criteria
Source: Scott et al. (2006).
Evaluation Criteria Includes Remarks
Initial Capital Cost Construction, and procurement costs
(also include design costs in a D-B
project)
Sometimes called the “Bid”
price
Schedule Time to build the project (also include
design time in a D-B project)
Sets contract performance
period
Pre-qualification Financial and corporate information as
well as bonding requirements.
Typically a routine
government form used for all
contracting opportunities.
Past Project
Performance
Project experience on past project that
are similar to the project at hand. Also
might include past history of claims
and litigation
Preference is given to
offerors with the most
relevant experience.
Key Personnel
Experience &
Qualifications
Qualifications of key personnel Licenses, registrations, and
past project experience of
individuals.
Subcontractor
Information
Subcontracting plan, including small
business utilization
Often requires that goals for
participation by certain types
of firms be met.
Project Management
Plans
Plans for logistics, material
management, equipment, traffic
control, etc.
Often related to schedule
constraints.
Safety Record and/or
Plan
Corporate safety record and plans for
specific safety hazards.
Often uses the Workmen’s
Compensation Insurance
Modifier as a metric to
measure safety record.
Quality Management
Plans
Typical QA/QC program submitted
prior to award.
May include design QC if
bid alternates or D-B is used
Proposed Design
Alternate
The owner allows the contractor to
propose an alternate material or
technology for a given feature of the
work
Bid is submitted with and
without alternates. The
owner makes a decision
which alternates will be
accepted prior to award.
Technical Proposal
Responsiveness
Proposals are considered responsive if
they receive a minimum technical
score.
Requires that a measurable
standard be developed for
each evaluation criteria.
17
Environmental
Considerations
Plans to prevent and/or mitigate
pollution during construction.
Many are required by law
and/or regulation.
2.3.3. Best Value Evaluation Rating Systems
There are a wide variety of best value evaluation rating systems available for public owners.
NCHRP report 561 has categorized the evaluation rating systems into four types. These are
shown in Figure 2.
Figure 2. Best value evaluation rating systems (Source: Scott et al. 2006).
Satisficing
This evaluation rating system is the simplest and easy to use both for the evaluators and bidders.
Minimum standards for every evaluation criterion are established. It is possible to change the
minimum requirements to reduce the feasible set of alternatives. Satisficing can be used as an
assessment technique because of its strong intuitive appeal. Industry often refers satisficing as
“Go/No-Go.” It is not critical to determine an accurate value from alternatives in satisficing.
Modified Satisficing
18
The degrees of responsiveness that may be present in the submittal can be represented by
modified satisficing. This rating system allows the proposals which are nearly responsive with
minor deficiencies to stay in competition and also rewards the proposals that exceed the
published criteria. Red-Amber-Green systems are the simplest forms of modified satisficing.
Green denotes that the proposal is fully responsive to evaluation criteria; Amber denotes minor
deficiency in the proposal; and Red denotes a non-responsive proposal because of fatal
deficiency.
Adjectival Rating
Adjectival rating systems are an extension of modified satisficing. Specific adjectives are used in
this system to describe the conformance of evaluation criteria to the project requirements. There
are three important elements of an adjectival rating system, including: definitions, performance
indicators, and differentiators. High, moderate, and low ratings are given to the proposals and
will be determined by the use of performance indicators. Differentiators further distinguish
proposal grades.
Direct Point Scoring
This is the most complex scoring evaluation rating system. More detailed distinctions of
proposals based on their merit can be obtained by this rating system because it includes more
rating levels. The greatest advantage of this system is the flexibility of the scale on which each
proposal is rated. However, this system may cause some issues related to fairness and
objectiveness. It is difficult for owners to ensure that the evaluation system is both fair and
uniformly applied to all proposals.
19
2.3.4. Best Value Award Algorithms
The best value algorithms involve a combination of best value parameters, evaluation rating
systems, and evaluation criteria to put into final recommendations for awarding the contract.
NCHRP report 561 describes seven most popular best value award algorithms (Scott et al. 2006).
The summary of these award algorithms is presented in Table 4.
Table 4. Summary of best value award algorithms (Scott et al. 2006).
Best-Value
Award
Algorithm
Algorithm Variables Award
Determination
Meets
Technical
Criteria-Low
bid
If T > Tmin, Award to Pmin If T <
Tmin, Non- Responsive
T= Technical Score
P=Project Price Lowest Price
Adjusted Bid
AB = P/T
Award ABmin AB = Adjusted Bid
Numerical analysis
using point scoring, a
mathematical
combination of price
and non-price
factors,
or a quantitative
tradeoff analysis
Adjusted
Score
AS = (T x EE)/P
Award AS max
AS = Adjusted Score
EE = Engineer’s
Estimate
Weighted
Criteria
TS = W1S1 + W2S2 + … + WiSi +
W(i+1)PS
Award TS max
TS = Total Score
Wi = Weight of
Factor i
Si = Score of Factor i
PS = Price Score
Quantitative
Cost-
Technical
Tradeoff
TIncrement = [(Tj/Ti) – 1] x 100%
PIncrement = [(Pj/Pi) – 1] x 100%
If TIncrement > PIncrement, Award
Proposali
If TIncrement < PIncrement, Retain
Proposalj for
possible award and repeat with
Proposalj+1
Repeat Process until TIncrement >
PIncrement
T = Technical score
P = Project price
Fixed Price-
Best
Proposal
Award T max, Fixed P T = Technical Score
P = Project Price
20
Qualitative
Cost-
Technical
Tradeoff
Similar to above, only no
quantitative analysis of
difference. Award to proposal that
has best value
in proposed scope.
Evaluation panel
reaches consensus as
to
which proposal is the
best
Qualitative tradeoff
analysis of cost and
technical factors
Meets technical criteria – Low bid
Price is the most important criterion in this award algorithm. The final decision on the award of
the contract is based on price. Technical proposals are evaluated well before reviewing any cost
proposals. The technical proposal is reviewed on a pass/fail basis typically. State DOT can also
choose direct point scoring or adjectival ratings for the purpose of evaluation. In this case, RFP
should mention the minimum score required for the proposal to be considered responsive
(GDOT 2012). Technical proposals which meet the minimum proposed requirements are then
taken forward and their price proposals are opened. The contract is then awarded to the proposer
with the lowest price. This algorithm is preferred on projects where the scope is clearly defined
and opportunities for innovation are limited.
Adjusted bid
Numerical scoring of the proposals is required for this algorithm. Technical proposals are scored
first and then price proposals are opened. The proposal price is adjusted typically in the range
from either 0-1 or 0-100 after the price proposal is opened. The project is awarded to the bidder
with the lowest adjusted bid.
Adjusted Score
21
The adjusted score algorithm is very similar to the adjusted bid algorithm. Price proposals are
opened after technical proposals are scored. The technical score of the proposal and the
estimated total project price are multiplied and the result is divided by the price proposal
submitted by the proposer to calculate the adjusted score. The project is awarded to the bidder
with the highest adjusted score. When the owners’ requirements and expectations can be clearly
defined and a number of alternatives are present to fulfil those expectations, an adjusted score
algorithm can be used (GDOT 2012).
Weighted Criteria
The weighted criteria algorithm can be more complex to implement and it allows greater
flexibility in determining the relative importance of price against other evaluation criteria.
Owners can control the relationship between the mathematical outcome and the project
requirements (FHWA 2006). The weighted criteria algorithm allows the owner to allocate more
weight to an element that is important to achieve project goals. The technical proposal and the
price proposal are evaluated individually in this award algorithm. The technical evaluation
factors and the price will be assigned weights depending on their importance. The total score of
the proposal is calculated by the sum of these evaluations and the project is awarded to the
proposal with the highest score.
Quantitative cost – technical tradeoff
Technical and price proposals are scored in increments and then the difference is observed. The
project is awarded to the proposer with lowest price, unless justified that a high priced offer
provides more technical value to the project. The justification is normally done by looking
whether the increase in the price increases the technical score of the proposal.
22
Qualitative cost – technical tradeoff
Many federal agencies use the qualitative cost-technical tradeoff algorithm under the Federal
Acquisition Regulation (FAR). This method relies on the judgment of the selection official to
determine the relative advantages of the proposals. Evaluation, comparative analysis and tradeoff
process are considered in the final decision. Ratings and scores are not the only considerations
while conducting tradeoff analysis. The decision of awarding the contract must be based on the
official’s rational and independent judgment; comparative analysis of the proposal, and
consistent with the solicitation, evaluation factors and sub factors.
Fixed price- best proposal
This award algorithm is based on the condition that the owner can establish either a maximum
price or fixed price for the project. The proposers must submit an agreement to perform the work
within the price constraints mentioned by the owner along with the technical proposal. The
project is awarded based only on which is best among the technical proposals received. The
evaluation process requires using either some form of weighted criteria without a price
component or direct point scoring to determine the winning proposal. This algorithm can be used
on budget sensitive projects.
2.4. Advantages and Disadvantages of Best Value Procurement
Best value provides agencies with the advantage of being able to modify the evaluation plan
to meet the needs of the project. The main advantage of the best value procurement is its ability
to use price as only one of the several evaluation criteria unlike low-bid procurement. Best value
encourages the creativity and innovation from contractors in meeting the requirements of a
project (Zhang 2006). Research performed by (Molenaar and Johnson 2003) showed that best
23
value procured projects deliver projects closer to the original budget and schedule. The best
value method more often produces the projects that meet owner expectations (El Wardani et al.
2006). However, the complexity of the evaluation plan is the greatest disadvantage of the best
value system. Because of the subjectivity in nature, the best value method is prone to greater risk
than all the procurement methods (Gransberg and Senadheera, 1999).
Anderson and Russel (2001) describe the advantages and disadvantages of best value
contracting in the NCHRP report 451 “Guidelines for warranty, multi-parameter, and best value
contracting.” This is based on the data received from survey questionnaires and interviews with
state and federal agencies using best value contracting. The advantages of best value contracting
include the following:
The overall quality of the constructed product is improved when best value contracting is
used t. This type of contracting allows only the contractors who have an accepted level of
quality to bid on their projects.
The overall completion time of the project is also reduced because of the evaluation of
schedule in the proposals. More efficient schedules are prepared which leads to quick
completion of the project.
The agency shifts the risk to the contractor by asking him to submit the proposals for
evaluation. The contractor uses lots of resources for developing proposals to be competitive
in evaluation, but might not get the project. The risk of selecting the unqualified contractor is
also removed from the agency.
The best value system encourages contractor innovation in planning, which leads to
successful project completion. Innovative ideas are required as a part of proposal in some
best value RFPs.
24
The disadvantages of the best value system include:
Compatibility with the low bid method is the main disadvantage of this system. Legislation
must be enabled to achieve the best out of best value procurement.
The number of proposers in this system is limited to a few when compared to traditional
procurement because of the complexity of the project.
The cost of delivering the project increases with the use of best value contracting. The best
value method concentrates more on project quality rather than cost of the project.
The main problem with the best value procurement is the ease of implementation. The
process of developing proposals, evaluation criteria, and RFPs are quite complex than
traditional low bid. Contractors need lots of time to develop the proposals and also should
train their employees in developing the proposals.
2.5. Selection of Best Value Procurement Projects
The procurement method selected for the particular project impacts the performance of the
project greatly (Wardani et al. 2006). Best value procurement is no exception. Best value should
be selected when there is a need for completing the project quickly or addition of external
factors, which is inherent to execute the project successfully (Gransberg and Senadheera 1999).
Molenaar and Johnson (2003) state that owners should use best value on project elements that
adds significant value to the project. The best value approach is better suited on projects where a
low level of design description is achievable. There is a greater chance for innovation, and the
contractor can take responsibility for quality and third party coordination (Caltrans, 2008). Many
researchers have developed different evaluation methods to select the most advantageous
contractor. However, none of them have answered why the procurement method should go with
25
best value rather than a low bid. To address this issue, Yu and Wang (2012) have developed a
price elasticity of performance (PEP) index based on the heterogeneity of the market to help
owners determine the most appropriate contracting method. It recommends that if the PEP is
greater than 1, then the best value procurement should be selected.If the PEP value is less than
one, it is advided to go with other procurement methods.
Owners should be able to communicate their goals and standards properly to the contractors,
which is a key element for successful best value contracting (Abdelrahman et al. 2008).
Determination of the key parameters, development of evaluation criteria, and performance
requirements very early are required for successful implementation of best value. This upfront
investment significantly saves total project cost, minimizes delays, and increases customer
satisfaction (Gransberg and Ellicott 1997).
Anderson and Russel (2001) have developed a process for implementing best value selection
which details the steps state highway agencies should follow to implement the best value
contracting process. This process explains different steps starting from conceptual planning;
program planning; bid, contract, award, and construction; evaluation of the pilot project; and
evaluation of program phases of the project.
The process for selecting and implementing the best value contracting for a project involves
several key decision steps. Scott et al. (2006) have developed a best value procurement process
flow chart to help the agencies in implementing best value procurement which is shown in
Figure 3. They have developed a screening tool which asks the agencies a few questions before
making a decision to use best value for that project. The screening and selection process is the
first step in implementing the best value project. If the addition of parameters to a procurement
26
process increases the value of the project, the owner should develop the evaluation plan from the
framework of best value parameters and evaluation criteria.
Figure 3. Best value procurement process flow chart (Source: Scott et al. 2006).
27
Figure 3 presents both one-step and two-step procedures for best value selection. One step
method involves in the competitive evaluation of technical proposals in addition to price. The
award decision is based on the best value determined by the state DOT. In the two step process,
the qualifications of contractors are inquired early in the contract development process. The first
step involves the pre-qualification of firms by issuing a RFQ. The technical committee reviews
the RFQ’s and shortlists most qualified proposers. Typically, there to five proposers are
shortlisted in this step. The second step is a selection of the best value proposer based on the
technical proposals received from the shortlisted proposers. The selection is based on the
combined evaluation of both technical and price proposals (Molenaar and Johnson 2001).
Researchers indicate that a project procured by using the two-step procedure is often delivered
closer to actual budget and schedule than the one step method (El Wardani et al. 2006).
28
CHAPTER 3: TRANSPARENCY IN BEST VALUE SELECTION PROCEDURES FOR
HIGHWAY CONTRACTS
Bharath R. Kolli1 and Daniel Tran
2
1 Dept. of Civil, Environmental, and Architectural Engineering, University of Kansas, USA
2 Dept. of Civil, Environmental, and Architectural Engineering, University of Kansas, USA
Abstract: Best value is one of several alternate procurement methods used by highway agencies
to enhance innovation and bring more profits to the public. In best value procurement, the
contract is awarded to the contractor who offers more advantages to the owner. This process is
growing in popularity in the construction industry. This paper is intended to offer guidance to
state highway agencies in developing transparent best value selection procedures. The evaluation
process that includes the rating of non-price factors and combining them with the price proposal
to select the best value contractor is the main reason for transparency issues. The authors
conducted the literature review, surveys, a content analysis of 79 best value Request for
Qualifications (RFQ) or Request for Proposals (RFP) documents, and case studies from seven
states to identify the transparent best value selection procedures for state highway agencies. The
results indicate that clear, comprehensive and well documented evaluation criteria, selection
methods, and debriefing methods are critical to obtain transparency in the best value selection
process. The findings from this paper contributes to the body of knowledge as the first study
investigating transparency and objectiveness in the best value approach. The paper also provides
guidance for state highway agencies to develop a fair and transparent best value selection process
for their projects.
29
3.1. Introduction
Public service agencies strive to maximize overall ‘value for money’ for citizens.
Consideration of issues like client satisfaction, the public interest, fair play, honesty, justice and
equity are required to achieve maximum benefit for the public (Barrett, 2000; Korosec and
Bartle, 2003). Value for money is the most important factor governing public procurement for
many years. It is supported by the principles of efficiency and effectiveness, competition,
accountability and transparency, ethics, and industry development (Commonwealth Procurement
Guidelines, 2005). The contractor efficiency is a key element on public projects which accounts
for a large portion of financial activity. Transparency in the procurement process affects the
outcome of efficiency as it increases the competitiveness among the proposers (Ohashi 2009).
Transparency in a procurement system has been an important success factor for many years and
is still a sensitive issue in public projects (Hui et al. 2011).
The main objective of a procurement for public projects is to acquire goods and services and
to carry out construction in a manner that improve access, contest, and equality among the
proposers and results in best value to the public (Knight et al. 2012). In the best value
procurement, due to subjective in nature of the best value evaluation process, there is always a
possibility of an unsuccessful proposer filing a protest questioning the transparency of the
selection process (Shane et al. 2006). The state agencies need to be fair to all the proposers and
should conduct the evaluation process with utmost transparency to prove that the contract is
awarded without any bias. Without a transparent evaluation plan, it is difficult for the owners to
defend their decision (Parvin 2000). The main objective of this study is to identify the best value
procedures that help to achieve transparency in the selection process.
30
3.2. Background
Low bid procurement is simple to implement and is also transparent because of the fact that
the contract is awarded to the proposer with the lowest bid. However, it may not result in the best
value to the agency for the amount of the money they spent on the project. This method of
contracting allows any contractor to bid on the project if he meets the bidding criteria and
bonding related requirements. Thus, there is a chance that the contractor can fail to deliver the
contract on schedule with specified quality under the low bid procurement (Hilger 2009). State
DOTs are increasingly using best value procurement to deliver their highway projects to improve
the quality and performance (Molenaar and Tran 2015). However, the industry has expressed
concern that the best value selection is subject to influence and favoritism. For best value
projects, transparency in the selection process is a critical success factor to achieve a fair and
objective selected contract. Hilger (2009) indicated that the use of an oversight committee,
experienced personnel on the technical review committee, and legal guidance during the
preparation and evaluation of proposals can help to achieve fairness in selection. Hui et al.
(2011) emphasized that evaluation and selection of contractors in the procurement process need
greater transparency to enhance fairness and objectivity of the decision. Criteria such as track
record of contractors, their experience, and ability to complete the jobs on time should be taken
into consideration in the evaluation and selection of contractors.
The selection of a best value contract is a complex process when both price and technical
aspects are considered. The inclusion of non-price or technical factors increases the probability
of achieving project goals. However, the evaluation of technical factors and the process of
trading these non-price factors with price create transparency issues in public best value
procurement (Molenaar and Tran 2015). The key to achieve success in best value contracting is
31
to have a transparent evaluation plan (Shane et al. 2006). Parvin (2000) suggested several steps
to promote fairness in the evaluation process as following:
Clearly state the evaluation criteria and weight given for each item and ensure the
evaluation team uses them.
Leave no doubt about the honesty and integrity of the public agency’s evaluation team,
made up of design and construction professionals.
Clearly state the requirements of the RFP, including what will be considered to be a non-
responsive proposal.
Include the terms and conditions of the proposed design-build contract in RFP and make
clear whether any terms are negotiable.
NCHRP synthesis 471, “Practices for developing transparent best value selection
procedures” concluded that evaluation criteria, composition of the evaluation committee,
evaluation comments, debriefing procedures, communication, and collaboration with industry
affects transparency of the selection process. It also stated that transparency is increased by
conveying the weights of evaluation criteria directly in the RFP. Further, researchers also found
that specific and concise evaluation comments assist the evaluators to debrief the proposers and
to achieve transparency (Molenaar and Tran 2015).
As mentioned previously, transparency is a key element that affects the success of the best
value procurement. There is a lack of research that identifies evaluation criteria, and selection
methodologies to support transparency in best value procurement. This paper attempts to close
this research gap by investigating transparency issues in the best value process through surveys,
32
content analysis of RFQ/RFPs, interviews, and case studies. The following sections describe the
research methodology and results in detail.
3.3. Research Methodology
The methods adopted for conducting this research include three main steps: (1) survey, (2)
content analysis, and (3) case studies. In the first step, a survey was conducted to identify the
current state of practice of best value procurement in the highway industry. Based on the results
of the survey, a content analysis of best value documents was conducted to identify the best
value procedures. The final step of this research was to perform the case studies. Based on the
results of the survey and content analysis, seven state DOTs that have more experience with best
value procurement are identified. These state DOTs were then selected for case studies to verify
the findings from the survey and content analysis as well as further explore how they develop
transparent best value procedure for their projects.
3.3.1. Survey Questionnaire
Through an exhaustive literature review, the opportunity, challenges, and strategies to
overcome such challenges of the best value approach were recognized. Building upon these
findings, the author designed a survey questionnaire to explore further the current state of
practice of best value procurement by state DOTs. The questionnaire includes three main
sections: (1) background, (2) overall best value approaches, and (3) transparency in best value
selection. The detail of the survey questionnaire is presented in Appendix A. The questionnaire
was piloted for appropriateness and comprehensiveness. The pilot testing results led to some
minor changes to the questionnaire.
33
The survey questionnaire was distributed to the 50 state DOTs across the United States, the
District of Columbia (D.C), and Puerto Rico using a webpage survey tool. During the survey
administration, the authors kept track of the responses and sent two follow-up requests to the
state DOT representatives who did not respond after three weeks of survey distribution. As a
result, we received the responses from 46 state DOTs (88% response rate). Since best value is
still relatively new to some DOTs, these 46 responses were mixed between the empirical data
(project-based data) and the opinion-based data (based on their experience). To further explore
the use of best value in highway projects and verify the survey result, the content analysis and
case studies were conducted based on the preliminary survey result. The detailed survey results
are presented later on.
3.3.2. Content Analysis
A formal content analysis of best value RFQ/RFP contract documents was conducted as the
second step of the research to measure the current practice of best value contracting in the
highway industry. The content analysis performed will create a source for identifying successful
practices for best value contracting in the highway industry. “A content analysis is defined as a
technique for making valid references by objectively and systematically identifying specified
characteristics of a message, written or visual, using a set of procedures” (Holsti 1969;
Neuendorf 2002). There are several ways to perform the content analysis. The investigator
should decide the method of analysis based on his substantial problems (Weber 1990). The
content analysis for this research was mainly focused on three areas: (1) evaluation criteria, (2)
award algorithm, and (3) debriefing. The primary approach of this study is to develop a set of
standard categories into which words that appear in the text of a written document can be placed.
The content analysis method, then utilizes the frequency of their appearance as a means to
34
understand the content of the document (Weber 1990). This approach allowed a conclusion to be
made regarding the highway agency approach to the best value contracting. When the final
results of the analysis are accumulated for all the RFQ/RFPs, trends followed by the owners can
be identified and reported.
The RFQ/RFPs issued by various state DOTs served as the source for this content analysis.
The RFQ/RFPs were studied carefully to categorize the projects and to identify the major work
scope of the project in that category. The projects are categorized into seven types which are
further classified depending on the major work type as shown below.
1.New highway construction;
i) Highway Lanes: Laying of traffic lanes on the highway.
ii) Ramp: Construction of new ramps to enter or exit the highway.
2.Highway modifications;
i) Highway lanes: Relaying, striping of existing highway lanes.
ii) Ramps: Relaying or striping of existing ramps.
iii) Widening: Widening of the existing lanes and ramps.
iv) Interchange improvements: Modifications or upgrades to the interchanges.
v) Pavement signing and markings: Remarking of pavement signings.
3.New bridge construction;
i) Bridge structure: Construction of the new bridge.
4.Bridge modifications;
i) Modification of lanes: Replacing or stripping of existing highway lanes.
ii) Modification of structure: Strengthening or replacement of the existing bridge structure.
iii) Widening: Widening of bridge supports.
35
5.Low bid projects;
i) Highway replacement: Relaying, stripping of existing highway lanes.
ii) Highway construction: Laying of traffic lanes, ramps on the highway.
iii) Bridge modifications: Strengthening or replacement of the existing bridge structure.
6.Rail station projects;
i) Passenger railroad station design: Design for a railroad passenger station.
ii) Rail station construction: Construction of the rail station, platform, and rail track.
7.Other projects;
i) Parking Garage: Construction of a parking garage.
ii) Storm water drainage pipeline: Installing a storm water drainage pipeline.
iii) Development of master plan: Planning services for the preparation of transportation
project plan.
These above seven categorized project’s documents are carefully examined to identify the best
value selection methodologies, evaluation criteria, award algorithms, and debriefing process.
This study followed the following process to conduct the content analysis. First, the technical
evaluation criteria determined by the agency are identified. Second, the description of what the
agency is looking to receive from the proposers about that criteria are analyzed. Third, the
importance or weights given to that particular criterion are noted. After that, the award
algorithms and debriefing methods used by the agency for that project were identified from the
RFPs.
36
3.3.3. Case Studies
The third and the final stage of this research was to perform the case study of best value
selection procedures of the state DOTs that have more experience with the best value
procurement. These state DOTs were selected based on the following criteria:
1. Years of experience using best value procurement;
2. Use of best value procurement with different project delivery methods, including Design
Bid Build (D-B-B), Design Build (D-B), and Construction Manager/General Contractor
(CM/GC);
3. The number of best value projects;
4. Comprehensiveness and availability of best value process documentation; and
5. Willingness of agency personnel to participate in the research as determined by the
survey response.
Based on these criteria, we invited 11 DOTs by phone and e-mail to participate in the case
example portion of this study. Participation required a structured interview, providing
documents, and reviewing the final analysis for accuracy. Seven DOTs agreed to participate in
this study. These seven DOTs are California, Florida, Michigan, Minnesota, New York, Oregon,
and Utah.
An interview questionnaire was developed and sent to these 7 state DOTs prior to the
interview date. Interviews are conducted with the officials of the state DOTs according to the
previously agreed schedule and a strict interview protocol was followed. Each DOT was asked
the same list of questions that were already sent to them through email. Appendix B provides the
37
complete list of the interview questions. The categories of questions that are of interest for this
paper were:
1. Proposal evaluation criteria,
2. Selection methodologies,
3. Evaluation committee structure, and
4. Debriefing procedures.
The inputs from these seven DOT representatives and reviews of the documents provided were
used in the analysis of the case studies.
3.4. Results and Analysis
3.4.1. Survey Results
Application of best value procurement in highway agencies
Out of 46 agency responses to the national survey, 30 agencies (65%) have or are currently
implementing best value procurement; five agencies (11%) are considering best value
procurement while 11 agencies (24%) have not used best value selection. Figure 4 illustrates the
percentage of agencies currently implementing or considering best value procurement.
Figure 4. Current Practices of Best Value Procurement
65% 11%
24% Implementing best value
Considering best value
Not using best value
38
Use of best value procurement with project delivery methods
Thirty-five agencies have provided responses for best value use with the various delivery
methods. All 35 agencies (100%) use or can use best value with the D-B project delivery.
Nineteen agencies (54%) use or can use best value for D-B-B project delivery. Nine agencies
(26%) use or can use best value in conjunction with CM/GC project delivery. Twelve agencies
(34%) use or can use best value with the job order contracting method. Figure 5 presents these
findings. It is important to note that this question asks if agencies use or are considering the use
of best value with each delivery method. For example, the reader should not interpret the data as
19 agencies are using best value with D-B-B.
Figure 5. Best value procurement and project delivery methods (n=35)
Note: This question asks if agencies use or are considering the use of best value with each
delivery method.
Evaluation criteria and transparency
Communication of evaluation criteria and their requirements to the proposers is essential for
transparency. Figure 6 presents the methods agencies use to convey evaluation criteria and
weights in the best value solicitation process.
12 (34%)
9 (26%)
19 (54%)
35 (100%)
0% 20% 40% 60% 80% 100%
Best value application with Job Order
Contracting
Best value application with CM/GC
Best value application with D-B-B
Best value application with D-B
Frequency mentioned
39
Figure 6. Evaluation criteria and weight in best value solicitations (n = 35)
Out of 35 responses, 29 agencies (83%) indicate that they use a point range to express the
importance of the evaluation criteria in the solicitation process. Six agencies (17%) convey
evaluation criteria by listing their order of importance. It is noted that four agencies from the
aforementioned 29 agencies reported that they can also use the order of importance method in
their solicitation process.
Debriefing
Subjectivity can exist in best value procurement, but debriefing promotes transparency
(FHWA 2012). The primary purpose of debriefings is to provide feedback to unsuccessful
proposers. State DOTs may conduct debriefings in person, with individual or group meetings, in
writing, or over the phone.
The survey asked the respondents to specify how they conduct debriefings in the best value
selection process. Figure 7 illustrates the results from the survey. Eleven agencies (31%) conduct
debriefings in writing. Twenty-six agencies (74%) conduct debriefings orally; and two agencies
(6%) note that best value proposers do not receive a debriefing. In addition, 16 agencies (46%)
6(17%)
29 (83%)
0% 20% 40% 60% 80% 100%
Solicitations convey evaluation
criteria in order of importance
Solicitations convey point range for
evaluation criteria
Frequency mentioned
40
indicated that they allow proposers to review the winning proposals. Five agencies (14%) have
specific procedures to conduct best value debriefings.
Figure 7. Debriefings in best value procurement procedures (n= 35)
3.4.2. Content Analysis Results
Table 5 contains the results of the content analysis of best value RFQ/RFP. The table is split
into three major categories, including:
1. Evaluation criteria
2. Award Algorithms
3. Debriefing
.
5 (14%)
2 (6%)
11 (31%)
16 (46%)
26 (74%)
0% 20% 40% 60% 80% 100%
Others
Proposers do not receive a debriefing
Proposers receive a written debriefing
Proposers are allowed to review the
winning proposals
Proposers receive an oral debriefing
Frequency mentioned
41
Table 5. Best value RFP/RFQ content analysis
Factors Types of Projects # of projects E
valu
ati
on
cri
teri
a
Experience and qualifications 1,2,3,4,5,6,7 50
Project management 1,2,3,4,5,6,7 41
Project understanding and
approach
1,2,3,4,5,6,7 41
Key personnel 1,2,3,4,5,6,7 39
Past performance 1,2,3,4,5,6,7 33
Legal and Financial 1,2,3,4,5,6 32
Quality 1,2,3,4,7 30
Schedule 1,2,3,5,6,7 25
Safety 1,2,4,5,7 15
Design 1,2,3,4 13
DBE opportunities 4,6,7 12
Traffic maintenance 1,2,4,5,6 11
Environmental compliance 1,2,4 6
Location 2,3 2
Aw
ard
Alg
ori
thm
Weighted criteria 1,2,3,4,5,6 29
Negotiated contracts 2,3,4,6,7 10
Adjusted Bid 1,2,4 9
Adjusted score 1,2,3 8
Low bid 5 5
Fixed price 1,2,5 3
Composite score 2 1
Not mentioned 11
Deb
rief
Oral debriefing 1,2,3,4,5,6 31
Written debriefing 1 1
No information 47
1 = New highway construction, 2 = Highway modifications, 3 = New bridge
construction, 4 = Bridge modifications, 5 = Low bid projects, 6 = Rail station projects,
7 = Other projects
Table 5 was developed by conducting a content analysis of 79 best value RFQs/RFPs
documents collected from 35 state DOTs. Seven types of projects are identified from the 79
RFQs/RFPs studied and are mentioned at the bottom of the table. The RFQs/RFPs that consider
42
the particular evaluation criteria, award algorithm, and method of debriefing are identified for
each project type during the analysis. Various evaluation criteria used by the owners for that
particular project type were identified and arranged in the table in the descending order
according to their frequency. Award algorithms and debriefing were also arranged in the
descending order of their frequency. The types of projects that consider the identified evaluation
criteria, algorithms, and method of debriefing are observed and are mentioned in the second
column of the table. The total number of RFQs/RFPs that consider the previously identified
evaluation criterion or award algorithm are summed up and the total number is mentioned in the
last column of the table. For example, if you consider experience and qualification factor, it is
taken into account by the highway agencies on all types of projects. The total number of
RFQs/RFPs that consider the experience and qualifications factor is 50. Likewise, the adjusted
bid algorithm is considered on 9 RFQs/RFPs which include highway construction, highway
modifications, and bridge modification projects.
Based on the results of the content analysis the following conclusions were drawn from
each category.
Evaluation Criteria
Table 5 shows that experience and qualifications, project management, and project
understanding and approach, and key personnel are the most important evaluation criteria for
the best value process. This is because a well-qualified construction team with highly
experienced team members can probably sort out the post award technical issues, regardless
of quality and clarity of technical requirements in the solicitation (Scott et al. 2006).
43
Owners are also concerned about the past performance and schedule factors during the
evaluation of best value proposals. For example, for projects that are schedule sensitive, the
use of schedule evaluation factors helps the owner to select the contractor who can meet the
schedule requirements.
Figure 8 depicts the most common evaluation criteria in best value procurement considered by
the highway agencies.
Figure 8. Most common important evaluation criteria (n=79)
The following sections describe these evaluation criteria in detail.
Experience and Qualifications
The qualifications and experience of the proposer’s organization is a common evaluation factor
in best value proposals. This evaluation factor varies depending on the type of project. The
factors like roles and responsibilities of the individuals, minimum qualification requirements,
and description of past experiences relevant to the nature, size, complexity, and composition of
the proposed project are the major factors that are commonly considered in the evaluation
0
10
20
30
40
50
60
Most common evaluation criteria
44
process. The ability to restrict competition to contractors with a record of successfully
completing a project is the main advantage of this evaluation criterion. The public agencies can
separate the unqualified contractors by using specific qualifications increasing the probability of
successful completion of the project.
Project Management
Project management is a key factor that impact the success of the project. The complex nature of
the best value projects demands highly efficient management to deliver the project successfully.
The evaluation of project management factor is crucial for the best value approach. Owners often
consider several factors such as structure of the team, design management, cost control,
schedule, and coordination between design and construction teams, allocation of resources,
safety management, approach to traffic management, and quality and risk management approach
of the proposers during the evaluation of this criterion.
Project Understanding and Approach
Owners evaluate the proposer’s understanding and approach to the project, capabilities and
commitments of the proposer in delivering the final end product with regards to the project’s
goals and objectives. The proposers are required to submit information on their expertise and
familiarity with the requirements of the project, along with their understanding. The proposers
should list and describe the major tasks involved, opportunities for innovation, potential risks,
and methods of addressing these risks. A work plan should be included in the project approach,
mentioning the steps they take to meet or exceed the design, management, quality, and
construction requirements for the successful completion of the project. Proposers conceptual
45
level of project understanding and approach for the successful completion of the project can be
identified from the evaluation of this criterion.
Key Personnel
The qualifications and experience of the key personnel mentioned in the proposal are evaluated
to see whether they are appropriate for the proposed project. The selection of key personnel often
is one of the critical factors for the successful completion of the project. The best value projects
often require highly qualified integrated teams with expertise and record of producing quality
work. Proposers need to mention the licenses, qualifications, and experience of the key personnel
who are going to be involved in the project. The proposers are required to keep them on the
project for the total duration of the project. Any changes made to them must be reported to the
agencies for their approval. Requesting information about key team members filling specific
roles allows the proposers to demonstrate their teams’ strengths and allows the owners to
determine which teams is the most qualified for the project.
Legal and Financial
The legal and financial abilities of the proposers are evaluated in the selection process.
Generally, these factors are evaluated on a pass/fail basis. The proposers need to show evidence
that they have the legal ability to do business with the state. In case the proposer’s organization is
not formed yet, proposers need to provide a brief description of the legal structure or draft copies
of agreements to achieve a pass rating. They also need to provide the bonds and acceptable
guaranties required by the owner to achieve pass rating on the financial evaluation factor. The
proposals that do not achieve the pass rating on this factor are not considered further in the
evaluation process. This criterion up on evaluation also helps the owners to stay away from any
46
disputes and makes sure that the proposer who does not qualify to do business with the state is
not awarded the project.
Past Performance
Proposers are asked to submit the records of their past performance on the projects that are
similar to the scope and duration of the current project. Proposers need to provide details about
their project completion schedule, quality, claims history, completion within the contract price,
safety information, environmental compliance record, awards, references, and record of
workforce diversity performance in detail for the purpose of evaluation. This criterion upon
evaluation helps the owners in determining whether the contractor has completed the past
projects successfully without any major problems.
Quality
By evaluating this factor, owner agencies seek for the proposer’s commitment in delivering a
high quality project. Agencies ask the proposers to provide the quality control plan addressing
design and construction activities. The proposers are required to provide their quality
management plans for both the design and construction sections respectively on a design-build
project. Owners will review the contractor’s QC/QA plan to see whether it meets the required
guidelines and minimum requirements established. Further, owner agencies look for the
procedure of communicating and coordinating with the department on issues that may affect the
overall quality of the project.
Schedule
The proposer’s schedule that integrates the design and construction activities of the project is
evaluated. The start and completion dates for all the activities along with milestones should be
47
included and the critical path should be shown in the schedule. The owners also asks the
proposers to submit a written description of the schedule which includes the description of
milestones and critical path activities. Comprehensive and logical schedules that minimizes the
contract duration were given more importance during evaluation.
Award Algorithm
Table 5 shows that the most used best value algorithm in selection of best value contractor is
the weighted criteria followed by the adjusted bid algorithm. It is noted that the technical
proposals are evaluated before opening the price proposals. Figure 9 illustrates the most
important best value award algorithms found from the content analysis of 79 RFPs.
Figure 9. Most common best value award algorithms (n=79)
Weighted Criteria
In this algorithm, both the technical and price proposals are evaluated and scored separately.
Each of them is awarded a particular weight depending on their importance. The scores of
technical and price proposals are multiplied with the determined weight to obtain the final score
for technical and price proposals. The sum of both of the proposal scores is the total score of the
proposal. The proposal with the highest score is awarded the project. This approach can be
0
10
20
30
40
Weighted criteria Negotiated
contracts
Adjusted bid Adjusted score
Best value award algorithm frequency
48
selected when there is a need for innovation, or when a particular factor is more important to the
owner. The highway agencies mention the best value award algorithm and the formula they plan
to use in the RFP issued to the proposers. The agencies also mentions the weights carried by both
the proposals (technical and price) in the RFPs along with the evaluation criteria weights.
Adjusted Bid
The technical score of the proposal is converted into a dollar amount based on conversion factors
mentioned in the RFP. The formulas used to convert the technical score are also mentioned in the
RFPs by several highway agencies. The dollar value of technical proposals is either subtracted or
added to the price proposal to achieve the total adjusted bid for the proposal. The proposal that
has the lowest adjusted bid is awarded the project. The price proposals are opened only after the
scoring of technical proposals is fully completed. This algorithm could work well when there are
a number of alternatives which may provide the desired outcome.
Adjusted Score
In this algorithm, the price proposal is divided by the technical score of the proposal to achieve
the adjusted score. The contract is awarded to the proposal with the lowest adjusted score. The
price proposals are opened only after the scoring of technical proposals is fully completed.
Adjusted score is calculated only for the responsive price proposals. This algorithm should be
selected when price is an important factor.
Negotiated Contracts
Agencies, after evaluating all the technical proposals, rank the proposals in the descending order
based on the technical scores. The bilateral discussions between the proposers and the owners
starts and negotiations will then be conducted with the top ranked proposer for the contract price.
49
Owner bargains with the proposer to agree on a best price to complete the project. If the
negotiations are not successful with the first proposer, the department proceeds to the next best
proposer.
Debriefing
Since the best value evaluation process often involves subjectivity, questions about the
evaluation process may arise. To obtain transparency in the best value selection process,
agencies debrief the proposers to answer any questions they might have regarding proposal
evaluation. In the debriefing, comments about the proposer’s strengths and weakness are
explained.
Selection methods for different types of projects
During the analysis of the content analysis results, it was observed that the evaluation criteria
and award algorithms varied depending on the major work type of the project. Based on this
observation, further research was performed to identify the evaluation criteria, and award
algorithms selected for different types of projects with different work types involved. The most
frequently used evaluation criteria and award algorithms identified previously are considered for
this analysis.
Evaluation criteria
Table 6 provides a grouping of projects by major work types . The major work type involved
in the particular project category are identified from the RFQs/RFPs and are mentioned in the
second column of the table. The numbers in the category and major work type columns of the
table indicate the number of highway construction projects mentioned in the RFQs/RFPs.. The
50
most common evaluation criteria identified from the table 5 are used in this table to see how
many RFQ/RFPs are considering them on their projects with different work types. The total
number of RFQs/RFPs that consider the above mentioned evaluation criterion are added up and
the total number is mentioned in the table under their respective columns. For example, in the
highway construction category that has constructing new highway lines as the major work type,
6 RFQs/RFPs are considering project understanding and approach out of 9 RFQs/RFPs. There
are some RFQs/RFPs that do not consider a particular evaluation criterion and are marked as 0 in
the table. The total number of RFQ/RFPs in the major work type is higher than the total number
of projects under that project category because some RFQs/RFPs have more than one major
work type involved. For example, if you consider bridge modifications category which has 23
RFQs/RFPs in total, the sum of all the RFQs/RFPs with different major work types involved is
38. This clearly shows that the RFQs/RFPs advertised by the state DOTs have more than one
major work type involved.
51
Table 6. Evaluation criteria for different types of projects
Category Major work
type
Legal
and
Financial
Key
Personnel
Experience
and
Qualificati
ons
Past
Perform
ance
Project
understand
ing and
approach
Project
managem
ent
Quality Schedule
New
highway
construction
(12)
Highway
lanes (9) 5 5 5 3 6 5 2 5
Ramp (3) 3 3 2 1 2 2 0 2
Highway
modification
s (18)
Highway
lanes (6) 4 4 3 2 2 0 1 3
Ramps (4) 4 4 4 2 4 3 1 2
Widening (4) 4 3 2 2 4 4 2 2
Interchange
improvement
s (4)
1 2 3 2 3 1 1 2
Pavement
signings and
markings (4)
2 2 2 2 2 1 0 1
New bridge
construction
(2)
Bridge
structure (2) 1 1 1 1 1 1 1 1
Bridge
modification
s (23)
Modification
of lanes (9) 5 4 6 5 7 4 0 3
Modification
of structure
(25)
13 17 17 11 15 18 10 12
Widening (4) 3 1 2 2 4 3 2 2
Low bid
projects (3)
Highway
replacement
(1)
0 1 0 0 0 0 0 1
Highway
construction
(1)
0 1 1 1 0 0 0 0
Bridge
replacement(
1)
0 1 0 0 0 1 0 0
Rail station
projects (7)
Passenger
railroad
station design
(5)
1 1 4 3 3 1 0 0
Rail station
construction
(2)
2 2 2 0 2 2 0 0
Other
projects (3)
Parking
garage (1) 0 1 0 0 0 0 0 1
52
Category Major work
type
Legal
and
Financial
Key
Personnel
Experience
and
Qualificati
ons
Past
Perform
ance
Project
understand
ing and
approach
Project
managem
ent
Quality Schedule
Stormwater
management
(1)
0 0 1 1 1 0 0 0
Development
of master
plan (1)
0 1 1 0 1 1 1 1
Note: The numbers in the table indicates the number of RFQ/RFPs that consider these evaluation
criteria.
Table 6 shows thatthat the evaluation criteria were established depending on the major type
of work. Experience and qualifications, legal and financial ability of the proposers, availability of
key personnel, and project approach are the important factors that are mostly considered by the
agencies during the evaluation of the proposals. Table 6 also indicates that project management
and project understanding and approach are considered important in the construction of new
highway lanes. For bridge modifications category, key personnel, project management,
experience and qualifications of the team are considered more important than other criteria. Past
performance and schedule factors are considered in approximately around 50% of the total
Request for Proposals (RFP) studied irrespective of the project category. It should also be
observed that schedule and quality factors are considered in almost 50% of the highway projects.
Quality is considered in around 40%, while the schedule is at around 40% of the total Request
for Proposals (RFP) studied in the case of the bridge projects.
Award Algorithms
The various best value award algorithms used by the agencies for different project categories
are identified (Table 7). The numbers in the category and major work type columns of the table
53
indicates to the number of highway construction projects mentioned in the RFQ/RFPs. The
award algorithms used by the state highway agencies for these projects are identified from the
RFQ/RFPs. The total number of RFQ/RFPs that use the particular award algorithm are
mentioned in the table. Some highway agencies have not mentioned about the award algorithms
planned to use in the RFQ/RFPs. For example, under the highway construction category with
major work type as constructing new highway lanes only 4 RFQ/RFPs have mentioned about the
award algorithms out of 9.
Table 7. Award algorithms for different types of projects
Category Major work type Weighted
criteria
Negotiated
contracts Adjusted bid
New highway
construction
(16)
Highway lanes (9) 0 0 4
Ramp (3) 1 0 1
Design (4) 0 2 0
Highway
modifications
(18)
Highway lanes (6) 1 0 0
Ramps (4) 1 0 1
Widening (4) 3 0 3
Interchange
improvements (4) 3 0 0
Pavement signings and
markings (4) 2 1 0
New bridge
construction
(2)
Bridge structure (2) 0 0 1
Bridge
modifications
(23)
Modification of lanes
(9) 4 0 0
Modification of
structure (25) 13 2 1
Widening (4) 3 0 1
Rail station
projects (7)
Passenger rail road
station design (5) 2 2 0
Rail station 2 0 0
54
construction (2)
Other projects
(3)
Parking garage (1) 1 0 0
Storm water
management (1) 0 1 0
Development of
master plan for DOT
(1)
1 0 0
Note: The numbers in the table indicates the number of RFQ/RFPs that consider these award algorithms.
Table 7 shows that weighted criteria is the most favored algorithm by the owners to
determine the best value contractor. Negotiated contracts are preferred on projects where the
major work type is highway design and rail planning. The adjusted bid algorithm is mostly used
in new highway construction and new bridge construction projects. It should be noted that the
adjusted bid award algorithm is not preferred by agencies on bridge replacement projects.
Transparency in Best Value Procurement
As mentioned before, the best value selection process involves subjectivity and biases. Even
though the owners are very careful in the evaluation process and remain fairness to all proposers,
there is a possibility that proposers may file a protest questioning the best value evaluation
system. Transparency in the evaluation plan is a key element to address these issues. Publishing
transparent evaluation criteria and best value award algorithm in the RFP and following those
criteria during evaluation play an important role in the best value approach. It is easier to defend
against the protest because the transparent procedure reduces the subjectivity involved by clearly
spelling this out in RFPs (Shane et al. 2006).
To this end, the author examined all aforementioned RFQ/RFPs to identify which criteria and
award algorithms are help to obtain transparent best value evaluation. . Several RFQ/RFPs have
55
mentioned what they consider in the evaluation criteria and award algorithms used specifically
along with their weights or importance.
Table 8 shows the grouping of the factors that affect the transparency of each evaluation
criterion. The RFQ/RFPs that included a particular factor that contributes to the transparency of
that criterion were cited. This process is followed for the rest of the transparency factors. A brief
description of these criteria is also mentioned below the table. The major factors that contributes
to the transparent evaluation of the evaluation criteria are identified from the RFQ/RFPs. These
identified factors that contribute to the transparency are indicated against the evaluation factors
in the table below. The RFQ/RFPs that mentioned about a particular factor are cited in the alst
column of the table. The numbers in the last column represent the serial number in which the
RFPs are arranged during the analysis. A few RFQ/RFPs that are irrelevant for the study are
removed from the analysis because of which the total number of documents is reduced to 79
from 86. The references for all these 79 RFQ/RFP documents are included in the Appendix C at
the end of this thesis.
56
Table 8. Factors that support transparency of evaluation criteria
Evaluation
criteria Transparency Factor RFQ/RFP cited
Legal and Financial
Legal ability 18,31,42,45,49,66,46,50,51,68,69,70
74,77,78,79,80,81,82,83,84,85,86
Bonds 18,31,42,45,49,66,46,50,51,54,68,
69,70,74,77,78,79,80,81,82,83,84,85,86
Key Personnel
Resume 7,9,27,45,49,66,46,69
Experience 7,27,41,42,54,46,47,64,65,69,70,72,
74,77,78,79,80,81,82,83,84,85,86
Experience and
Qualifications
Experience of the team 15,23,25,28,35,37,42,45,49,66,46,47,
51,54,64,65,68,69,74,80,81,82,83,84,85,86
Qualifications of the team 13,15,35,37,46,54,65,68,80,81,82,83,84,85,86
Roles and responsibilities 9,23,54,56,68,80
Past Performance
Related project performance 1,13,15,25,28,37,45,49,66,46,51,54,
63,80
Experience in past 10 years 1,9,27,45,49,66,54,63,65,80
References 1,13,15,37
Project
Understanding and
Approach
Approach plan 1,27,28,30,45,49,66,67,68,69,74,78,
79,80,81,82,83,84,85,86
Understanding of project
scope 9,12,13,25,27,30,42,45,49,66,46,
47,51,64,65,67,68,69,74,78,79,80
Project Management
Organization chart 4,8,37,45,49,66,46,47,67
Project Management plan 10,11,14,18,31,42,45,49,66,46,47,56
,63,64,67,69,72,77,78,79,81,82,83,84,85,86
Identification and
minimization of risks 10,11,14,23,45,49,66,56,64
Quality control 4,45,49,66,63,69,72,77
Coordination between various
departments 4,8,23,30,37,45,49,66,56,64,67,77,
78,79,81,82,83,84,85,86
Quality Quality management plan 7,8,9,10,11,14,23,27,30,41,45,49,66,53,
56,65
Schedule
CPM schedule 4,7,10,11,23,27,30,41,44,67
Schedule for early completion 18,30,31,41,44,58,59,67
57
Legal and Financial
The legal and financial capacity of the proposers is evaluated on a pass/fail basis. The proposers
are asked to provide complete copies of the organizational documents that allow the proposer to
conduct business with the state DOT to achieve pass rating. Proposers are required to submit a
letter from a surety or insurance company stating that the proposer is capable of obtaining a
performance and payment bond covering the project for required amount set by the agency. State
DOTs evaluate this factor to determine the legal and financial capacity of the proposer and also
to make sure that they are not violating any state laws.
Key personnel
The proposers are required to provide information on all the key personnel that will be involved
in the project. Proposers are also required to provide information on how much percentage of
time the key personnel have committed to the present project along with their resumes.
Evaluating the key personnel of the proposers allows the owners to identify the best possible
crew for the project. Providing all this information in RFPs not only creates less confusion, but
also increases the transparency in evaluation.
Experience and qualifications
The proposer submittals should include a statement of qualifications describing the relevant
qualifications of the firm or firms included in the proposal. The factors evaluated by the owners
are the qualifications of the proposer’s staff, their experience, and roles and duties in the project.
Providing information about the factors considerd in the evaluation process in the RFPs will
make it easy to understand for all the proposers on what to submit for this criterion which
58
enhances the transparency. This factor upon evaluation provides guidance to owners on whether
the proposer is qualified enough to deliver the project successfully or not.
Past Performance
Proposers need to mention their previous experience with the projects related to the size and
scope of the present project. They need to provide dollar amounts of the project along with
references for each project they have performed. Proposers also need to mention the project staff
involved in each project. Some agencies also ask the proposers to submit information on projects
completed in the past 5 or 10 years and references from those projects . Agencies want to know
about the performance of the proposers in related projects and their ability and efficiency to
complete the project on time and on budget.
Project understanding and approach
The proposers are asked to submit a narrative description of their understanding of the project
goals and risks associated with the project. Asking the proposers to provide information about
the risks associated with the projects and risk mitigations helps the owners to identify the
proposers who provide the best answer to the risk associated with the project. The proposers also
need to provide their approach to management, and technical aspects of the project for successful
completion. Proposers are also encouraged to submit any innovative ideas that might benefit the
project. Evaluators will use the understanding section to determine if the proposer fully
understands the project to address the significant concerns and issues. By evaluating this factor,
state DOTs can determine how well the proposer had understood the project goals and risks
associated with the project and how can they address them. A detailed description of the
59
objectives and requirements for this evaluation factor increases the fairness of the evaluation
process.
Project Management
The project management plan that integrates the design and construction plan, expertise and
commitment to provide cost effective and high quality project, risk mitigation plan, and
coordination plan are evaluated in this criteria. The proposers with clear management plans for
completing the project effectively are identified upon the evaluation of this factor. Agencies will
get to know about the proposer’s qualifications and expertise in project management based on
the evaluation of this criterion.
Quality
The proposers need to provide a quality assurance or quality control plan that addresses both
design and construction activities. The quality plan should address staffing and resources
planned to be included in the project, how errors are minimized, and what process is used to
oversee the work. The proposers need to demonstrate their approach in implementing a quality
management plan which is evaluated by the agency for its efficieny. State agencies by
mentioning this in the RFPs makes sure that all the porposers understands what they need to
submit to score maximum points for that evaluation criteria which improves the transparency.
These factors will help the agencies to identify the proposer who provides maximum quality
project.
60
Schedule
The evaluation of schedule factor is critical on schedule sensitive projects. A narrative
description of a comprehensive and logical schedule which minimizes the contract duration
should be provided by the proposers for the evaluation. The schedule provided should indicate
the critical path, and proper attention should be provided for the critical path activities. The
project schedule should include all the major anticipated milestones, phasing of activities, and
coordination effects. The owners include everything that might have a material impact on the
schedule in the solicitations given to the proposers.
In summary, the provision of detailed description of the technical evaluation factors,
objectives and requirements of each evaluation factor, their relative weights and the information
to be submitted to the agency in the RFQ/RFPs helps to increase the transparency in the
evaluation process. The most important thing for the owners to increase the transparency is to
focus on things that add value to the project and should tailor the criteria depending on the
project needs. It is highly important that selection criteria is well defined in order to make the
contract award most objective, fair, and competitive (MDT 2005).
Transparent Best Value Award Algorithms
As mentioned before, best value award algorithms are used to combine the price proposal
and evaluation criteria, evaluation rating systems, and best value parameters after the technical
evaluation of proposals to make a final recommendation for the section of best value contractor.
The results from content analysis showed that weighted criteria, adjusted score, and adjusted bid
algorithms are the most common award algorithms used to award the contracts. Negotiated
contracts are also used by some agencies to award their best value projects. The award
61
algorithms were found to promote the transparency in the best value selection process. The
following sections describe these award algorithms in detail.
Weighted criteria algorithm
The weighted criteria algorithm is the most frequent algorithm found in the analysis of 79
RFQs/RFPs. Both the technical and price proposals must be evaluated to use this algorithm.
Owners must determine the relative weight of the technical proposal and the price proposal in the
RFP to ensure the transparency of the selection process. The relative weights assigned to both the
proposals vary from state to state. The total score of the proposals is the sum of the technical
proposal score and the price proposal score. The proposal with the highest combined score is
awarded the project. Weighted criteria algorithms used by various state DOTs are shown above
in Table 9.
62
Table 9. Weighted criteria algorithm by state DOT
State DOT Award algorithm formula
New
Hampshire
DOT
Total score = Price score(70)+technical score (30)
Price score = (Lowest price value/proposers price value) *0.7
Technical score = Technical evaluation score*0.3
Idaho DOT 1000 total points
Cost proposal = 250 points
Technical proposal = 750 points
Montana DOT Technical proposal points = (proposers technical score/total points) *0.75
Bid price proposal score = (lowest responsive total cost/proposal total
cost)*0.25
Total score = technical score+price proposal score
Washington
DOT
Technical proposal = 500 points
Management proposal = 250 points
Cos proposal = 150 points
Best value = 100 points
Oregon DOT Total score = (Quality weight*quality factor)+ (Price weight*price factor)
Quality factor = Proposer quality score/highest proposal quality score
Price factor = lowest proposal price/proposers price proposal
Quality weight and price weight are determined by the agency
New York
DOT
50% technical score
50% price proposal
Michigan
DOT
Final score = (30%) *proposal price + (70%) *proposal price/(technical
evaluation score* 0.01))
Ohio DOT Total score = 100(0.2*(Proposers technical score/100)+0.10*(lowest
schedule/proposers schedule)+(0.7*(lowest project price/proposers project
price)
Georgia DOT Total points = 1000. Split between technical score and price proposal in %
Price proposal score = (lowest price proposal score/proposers price
proposal)*max price proposal score
Total proposal score = technical score*price proposal score
63
Missouri DOT Total = 100 points
Project schedule = 15 points
Quality management plan = 10 points
Complete bid proposal = 75 points
75 points for lowest price proposal
For highest proposal prices points = (75 –(price submitted-lowest responsive
price)/100000)
Table 9 shows that state DOTs use a similar formula to evaluate the proposals, but the
allocation of weights to technical and price proposals varies from agency to agency. For
example, New York DOT use equal weights while New Hampshire, Idaho, and Michigan DOTs
use different weight for technical and price proposals. New Hampshire DOT gives 70% of
weight to price proposal while Michigan DOT allots only 30% to the price proposal.
Washington and Missouri DOTs add management plan in their weighted algorithm. Ohio DOT
weighs 10% of schedule in the award algorithm.
Adjusted Score Algorithm
The technical proposals are evaluated by the owners before opening the price proposals
publicly. The price proposals are checked for responsiveness immediately after opening them.
Adjusted score is calculated only for the responsive price proposals. The price proposal is
divided by the technical proposal score to determine the adjusted score for the proposal. The
contract is awarded to the proposal with lowest adjusted score. Table 10 provides an example of
adjusted score algorithms used by the state DOTs.
64
Table 10. Example of Adjusted Score Algorithms
State DOT Award algorithm formula
Minnesota DOT,
Florida DOT
Adjusted score = Price proposal/Technical proposal score
Colorado DOT Adjusted score = (A+B) /Technical proposal score
A = construction bid cost, B = T*road user cost
T = design builder construction calendar days (schedule)
Table 10 shows that Colorado DOT uses a slightly different adjusted score formula than
Minnesota and Florida. Colorado DOT multiplies the number of scheduled days with a road user
cost and adds the result to the bid and divides the sum with the technical proposal score to attain
the adjusted score for the proposal.
Adjusted Bid Algorithm
The results from the content analysis showed that California, Washington, Mississippi, and
North Carolina DOTs use adjusted bid algorithms on their best value projects. The technical
proposal score is converted into the dollar amount with the help of a predetermined formula by
the owners. The proposer with the lowest adjusted bid is awarded gets the project. Table 11
summarizes the adjusted bid algorithms resulted from the content analysis.
Table 11. Adjusted bid algorithm by state DOT
State DOT Award algorithm formula
California DOT Total project value = Proposal price value+qualitative value
Qualitative value = technical score value ($) * (300- technical score
factor of proposer)
Technical score value = lowest proposal price/700
Technical score factor of proposal = 300*(technical score of
proposer/highest technical score)
Washington DOT Adjusted bid = $Proposal price - $ sum of all technical credits earned
Mississippi DOT Best value proposal = (Contract price proposal+ (number of calendar
days*6000) – (17000000* (technical score/100)
North Carolina
DOT
Adjusted bid = price proposal ($) – quality value ($)
Quality value = quality credit*proposal price
65
Table 11 indicates that the adjusted bid algorithm varies slightly from state to state. For
example, California DOT divided the technical score of the proposal by the highest technical
proposal score and then multiply by 300 to achieve the technical score factor for the proposal.
The lowest proposal price is divided by 700 to achieve technical score value for all the proposals.
These two scores are used in calculating the qualitative value of the proposal. The total project
value is the sum of price proposal value and qualitative value. The contract is awarded to the
proposal with the lowest bid. Mississippi DOT includes schedule in their algorithm. North
Carolina DOT converts the technical proposal score into quality credit using a specific guidance
(table) to quantify the quality credit against the technical score. The table was mentioned in the
RFP to obtain transparency in the evaluation process. Quality value in ($) is calculated by
multiplying quality credit and proposal price. The project is awarded to the highest adjusted bid.
3.4.3. Case studies
Table 12 summarizes the key findings from seven case studies.These findings were
documented based on the best value evaluation criteria, best value award algorithms, and
structure of the evaluation committee. Various evaluation criteria used by these state DOTs are
mentioned in the table under the evaluation criteria column. It should be noted that the evaluation
criteria sometimes changes depending on the type of project being advertised. The best value
award algorithm used and the structure of the evaluation committee are mentioned in the next
columns of the table respectively.
66
Table 12. Case examples for best value selection procedure
No State DOT Evaluation criteria Best value award algorithm Structure of
evaluation
committee
1 California DOT
(Caltrans)
1. Legal and Financial (P/F)
2. Management
3. Past performance
4. Experience
5. Environmental compliance
plan
6. Transportation management
plan
7. Responsiveness to RFP and
Design concept
Adjusted bid
Total project value = Proposal
price value+qualitative value
Qualitative value = technical
score value ($) * (300-
technical score factor of
proposer)
Technical score value = lowest
proposal price/700
Technical score factor of
proposal = 300* (technical
score of proposer/highest
technical score)
1. Technical
review
committee
2. Technical
subcommitt
ee
3. Process
oversight
committee
2 Florida DOT
(FDOT)
1. Past performance
2. Experience
3. Project understanding
4. Environmental record
5. Design
6. Construction
7. Innovation
8. Value added
Adjusted score
Adjusted score =
TS
TVCPCTBPP )*(,
BPP = BPP = Bid Price
Proposal
PCT = Proposed Contract Time
TVC = Time Value Costs
($_______________ per day)
TS = Technical Score
1. Technical
review
committee
2. Selection
committee
3 Michigan DOT
(MDOT)
1. Mobility
2. Schedule
3. Quality control
4. Project communications
5. Aesthetics
Final score = (30%) *proposal
price + (70%) *proposal
price/(technical evaluation
score* 0.01))
1. Project
manager
2. Constructio
n engineer
3. Other
project
related
personnel
4. Central
selection
review
team
(CSRT)
member
67
No State DOT Evaluation criteria Best value award algorithm Structure of
evaluation
committee
4 Minnesota DOT
(MnDOT)
1. Legal and Financial (P/F)
2. Experience
3. Key Personnel
4. Project Management
5. Project understanding
Adjusted score = Price
proposal/Technical proposal
score
Max 100 points for the
technical proposal
1. Process
oversight
committee
2. Technical
advisors
3. Technical
review
committee
4. Technical
subcommitt
ee
5 New York DOT
(NYSDOT)
1. Legal and Financial (P/F)
2. Experience
3. Past performance
4. Capacity
5. Project Understanding
6. Management approach
7. Technical solutions
50% technical score
50% price proposal
Price component varies from
project to project
Price proposal weights up to
80% on budget sensitive
projects.
1. Evaluation
team
2. Selection
team
6 Oregon DOT
(ODOT)
1. Legal and Financial (P/F)
2. Experience
3. Past performance
4. Project understanding
5. Capacity
6. Management
Total score = (Quality
weight*quality factor)+ (Price
weight*price factor)
Quality factor = Proposer
quality score/highest proposal
quality score
Price factor = lowest proposal
price/proposers price proposal
1. Facilitator
2. Technical
evaluation
support
personnel
3. Scoring
team
4. Selection
official
5. Observers
7 Utah DOT
(UDOT)
1. Legal and Financial (P/F)
2. Experience
3. Past performance
4. Key personnel
5. Project Management
6. Design
Price carries more weight in
the selection process than any
other factor.
Proposals within 10% of the
lowest proposal price are
considered in best value
selection
1. Technical
analysis
committee
2. Technical
evaluation
committee
3. Selection
committee
68
Table 12 shows that the proposal evaluation criteria used by these seven state DOTs are not
same. However, almost all the state DOTs believe that providing the detailed description,
objectives, requirements, and relative weights of the evaluation factors in the RFPs increase the
transparency of the evaluation process.
Similar to the evaluation criteria, each DOT has its own formula to determine the best value
bidder. California DOT uses an adjusted bid algorithm on their projects, while Florida and
Minnesota use adjusted score algorithms. New York and Oregon DOTs use a weighted criteria
algorithm while Michigan DOT uses a composite score algorithm to award the project. Utah
DOT considers a threshold value of price proposal. The price proposals that are within 10% of
the least priced proposal are only considered for the best value selection.
The evaluation committee members are generally comprised of people from the state DOT,
local representatives, and an FHWA member if federal funds are used in the projects. The
technical committee members are generally responsible for the evaluation of the proposals. The
selection committee/team is responsible for combining the technical evaluation and price
proposal together to select the winning proposal. California, Minnesota, and Oregon DOTs use
oversight committee/observers in the evaluation process to make sure that the evaluation is fair
and transparent to all the proposers. The evaluation committee members of these agencies often
conduct debriefing of the unsuccessful proposers. The following sections explain about each case
study in detail.
3.4.3.1. California Department of Transportation
California DOT (Caltrans) uses a two-step procedure for their best value projects. Caltrans
prequalifies the proposers in the first step, and in the second step technical proposals are
69
requested from the prequalified proposers. The project is awarded to the proposal that offers the
best value among the received proposals. Caltrans uses both the pass/fail factors and technical
evaluation factors during the evaluation. Legal and financial capacities of the proposers are
evaluated on a pass or fail rating while the rest of the technical factors mentioned in the table are
evaluated against the requirements mentioned in the RFP for each factor. Adjectival ratings are
assigned to the factors which are finally converted into technical score based on conversion
factors and weightings. The price proposals are opened after the technical evaluation is fully
complete. The lowest price proposal is awarded the maximum points and the remaining
proposals are assigned on a prorated basis using the lowest price. The adjusted bid price of the
proposals is calculated with the help of the formula mentioned above in the Table 12. The
contract is awarded to the proposal with the lowest adjusted bid.
The proposal evaluation is carried out by the technical review committee along with the
technical subcommittee. The technical subcommittee provides comments on the strengths and
weaknesses of the proposals to the review committee. The review committee then evaluates the
strengths and weaknesses and the points are assigned to the proposals. California uses a process
oversight committee that consists of a non-voting group of observers who oversee the evaluation
process and make sure that the process is fair and transparent to all proposers. The evaluation
committee members are also responsible for the debriefing of the unsuccessful proposers if a
request is made by them. The members provide the comments on the strengths and weaknesses
of the proposals based on the comments received from the evaluators during the evaluation.
Caltrans requests the proposers to provide their feedback in the evaluation process so that they
can improve the selection process to achieve more transparency.
70
California DOT uses the following strategies to increase the transparency and fairness in the
selection process:
Provides detailed description of technical evaluation factors, objectives and requirements of
each factor, and their relative weights in the RFP.
The adjectival rating for each evaluation factor is determined by the consensus rating of the
TRC members.
The adjectival conversion factors are sealed until the evaluation of all the proposals is
completed.
Evaluation committee members are not allowed to contact proposers during the evaluation.
Price is only considered after the RFP evaluation is completed.
3.4.3.2. Florida Department of Transportation
Florida DOT also uses a two-step procedure for selecting the best value contractor. FDOT
uses a standard set of evaluation criteria for both the phases. In the phase1, the proposals are
evaluated against the factors like: 1) past performance, 2) experience, 3) environmental record,
and 4) project understanding. Florida prequalifies the proposers by evaluating these factors and a
request is made to them to submit the technical proposals. The factors like design, construction,
innovation and value added are evaluated in the second phase of the selection process. The
maximum points available for the proposers are 100 points which includes 20 points obtained
during the phase 1. The price proposals are opened after the technical evaluation is completed.
The adjusted score of the proposals is calculated based on the best value award algorithm
mentioned above in the Table 12. The contract is awarded to the proposal that has the lowest
adjusted score.
71
The evaluation committee is divided into two groups by the Florida DOT. The first group is
the technical review committee. They are responsible for the evaluation of the proposals using a
direct point scoring and also ranking the proposals according to the scores. During the evaluation
process, comments are provided by the review committee on the proposals which are used later
in the debriefing process. The evaluation is done individually by the committee members. The
second group is the selection committee. This committee is responsible for calculating the
adjusted score of the proposals using the algorithm and identifies the proposal with lowest
adjusted score. A non-voting member from the contracting unit is also included in this committee
to observe the selection process which enhances the transparency. FDOT discusses the reasons
for receiving that particular score for the factor with the unsuccessful proposers during the
debriefing process. Due to the state law, FDOT also discusses about the competitors’ proposals
also unless something in the proposal is deemed private.
Florida DOT uses the following strategies to increase the transparency and fairness in the
selection process:
Evaluates proposals based on the scoring criteria provided in the RFP.
Provides comments to defend the scores given to the proposals.
Evaluates the proposals individually.
Conducts various procurement meetings to increase the transparency.
3.4.3.3. Michigan Department of Transportation
Michigan DOT uses both one step and two step procurement on their projects. The only
difference between those two is that, in the one step procedure, there is no prequalification of the
proposers. Michigan does not have a standard set of evaluation factors they use on every project.
72
Michigan indicated that they decide the evaluation criteria on a project by project basis. The
selection team develops the evaluation criteria for the project. The authors considered M-21 over
I-75 bridge project, to explain the best value procedure of Michigan. The evaluation criteria used
on this project is mobility, schedule, quality, communications, and aesthetics. Mobility factor is
given 50% of the weight in the technical evaluation, because minimizing the impacts to public
movement is critical for this project. The project is awarded based on the composite score
algorithm which is close to the weighted criteria algorithm. The project is awarded to the
proposal with the highest score.
The evaluation committee for the MDOT includes the project manager, construction
engineer, and other people related to the project. The members evaluate the proposals
individually based on the requirements set for each factor in the RFP. Michigan also includes a
member from the central selection review team on the committee to reduce any bias that may
present during the evaluation process. This also helps in increasing the transparency of the
selection process. Michigan conducts the debriefing to the proposers if a request is made within
60 days after the project is awarded. The information about the strengths and weaknesses of the
proposals are provided in the debriefings.
Michigan DOT uses the following strategies to increase the transparency and fairness in the
selection process:
Establishes a well-defined list of evaluation criteria, as it is one of their most important
factors to achieve transparency.
Includes the weight of the evaluation criteria in the RFPs.
73
Only one point of contact for receiving clarifications and other communications about the
project.
3.4.3.4. Minnesota Department of Transportation
Minnesota also uses a two-step best value procurement procedure to select the contractor. For
the design build projects, in the first step, Minnesota evaluates the proposals based on both
pass/fail and technical factors. Legal and financial abilities of the proposer are evaluated on a
pass/fail basis, while the technical factors like experience, key personnel, project management,
and project understanding are evaluated based on the requirements set forth in the RFQ. The
contractors who did well in the evaluation process are qualified for the second phase of the
selection procedure. The prequalified proposers then submit their technical proposals along with
the price proposal for the evaluation process. The technical factors for the evaluation process
varies according to the project in this step. The technical factors are evaluated against the
requirements mentioned in the RFP and the adjectival ratings are given for each factor. The
adjectival ratings are then converted into the proposal score by the selection committee. The total
proposal score is 100 points, out of which 50 points are for responsive criteria and the other 50
are for technical merits. The price proposals are opened after the technical evaluation is
completed. The adjusted score of the proposals is calculated by dividing the price proposal with
the technical score. The contract is awarded to the proposal with the lowest adjusted score.
The structure of the evaluation committee has slight differences in design-bid-build and
design build projects. For the DBB projects, the evaluation committee is comprised of the
Technical Review Committee (TRC), process oversight committee, and technical advisors. For
the design build projects, there is a subcommittee in addition to the already mentioned
committees. The technical review committee is responsible for the evaluation of the proposals.
74
The evaluation process is done individually by all the committee members. Technical advisors,
subcommittee members act as the advisors and provide input to the TRC members during the
evaluation process. Process oversight committee members are non-voting group of observers
who oversee the entire evaluation process and makes sure that the process is fair and transparent.
MnDOT conducts the debriefing to the proposers if a request is made within 60 days after the
project is awarded. The information about the strengths and weaknesses of the proposals are
provided in the debriefings. MnDOT does not provide point by point comparisons with other
proposals.
The Minnesota DOT uses the following strategies to increase the transparency and fairness in the
selection process:
All the technical proposals and cost proposals are filed and are open to public inspection.
Be clear, defendable, and easy selection process for the proposers and public to understand.
No overlap in the scoring criteria in RFQ and RFP.
Focuses on items that bring value to the project.
Provides detailed description, objectives, requirements, and relative weights of technical
factors in the RFQ/RFP.
The rating process during evaluation is documented on worksheets for each evaluation factor.
Clearly documents the strengths and weaknesses of the proposals.
Proposals are stored in electronic format so that they can be searched easily in the future for
any information related to transparency in the evaluation process.
75
3.4.3.5. New York Department of Transportation
New York uses a best value procurement in both design-bid-build and design build projects.
The DBB process is conducted in one step, but two parts are involved in that single step.
Construction plans, bid items, and quantities are present in the first step, while technical
evaluation is conducted in the second step. For the DB projects, the selection process is
performed in two steps. The first step is the prequalification of the contractors with the help of
SOQ evaluation. The second step involves the evaluation of technical and price proposals
submitted by the prequalified contractors. The evaluation of the proposals is done by both
pass/fail and technical factors. The evaluation factors used by New York DOT are mentioned in
Table 12. The evaluation factors are evaluated against the requirements and are assigned
adjectival ratings, which are later converted into technical scores. The price proposals are only
considered after the technical evaluation process is fully completed. The price component may
vary for some projects. On budget sensitive projects, price may weigh as high as 80% of total
points available for the proposers. The total score of the proposals is calculated by adding the
price proposal score and technical proposal score. The project is awarded to the proposal with the
highest total score among the proposals.
The evaluation committee for the New York DOT is divided into two parts. The first part is
the evaluation team. This team is responsible for the technical evaluation of the proposals. The
proposals are evaluated individually by the members of the evaluation team. After the evaluation
is completed, the team members meet and arrive at a consensus score, which will be the final
score of the proposal. The second part of the evaluation committee is the selection team. This
team provides a written narrative of the strengths and weaknesses of the proposals which
supports the quality ratings assigned to the proposal. The selection team will open the price
76
proposals and calculates the total score of the proposal. The selection committee is responsible
for awarding the contract to the best value contractor. NYSDOT also assigns nicknames to the
proposals during the evaluation to remove the identities of the firms, which may create bias
during the evaluation process. Debriefing the unsuccessful proposers is conducted upon their
request. The procurement official familiar with the evaluation and selection process debriefs the
proposers. Information is provided in the areas of proposals that have weaknesses. Any
information related to competitors is not provided in these meetings.
New York DOT uses the following strategies to increase the transparency and fairness in the
selection process:
Provides detailed description, objectives, requirements, and relative weights of technical
factors in the RFQ/RFP.
The results of individual rating factors are obtained through the consensus rating of all the
members of the evaluation committee.
The rating process during evaluation is documented on worksheets for each evaluation factor.
Clearly documents the strengths and weaknesses of the proposals.
Uses observers during the evaluation process.
3.4.3.6. Oregon Department of Transportation
Oregon DOT also uses a two-step procedure to select the best value contractor. In the first
step, the agency shortlists three firms after the evaluation of the RFQs. In the second step, the
proposals from the shortlisted firms are received and are evaluated to select the final proposal.
The proposals are evaluated based on pass/fail, quality factors before opening the price proposal.
The list of evaluation criteria used by Oregon is mentioned in Table 12. Direct point scoring is
77
used by the agency to evaluate the proposals. The proposals are evaluated against the
requirements set forth in the SOQ/RFP. The price proposals are opened after the technical scores
are developed and are immediately checked for responsiveness. The final score of the proposal is
developed with the help of the best value selection formula developed by the agency officials.
The quality and the price weights are determined by the project development team and are
mentioned in the RFP issued to proposers. The contract is awarded to the proposer with the
highest score.
The evaluation committee is often comprised of a facilitator, technical evaluation support
personnel, scoring team, selection official, and observers. The facilitator controls and maintains
the integrity of the evaluation and selection process according to the plan. He works under the
guidance of the scoring team chairperson. The technical evaluation support personnel provides
comments on the strengths and weaknesses of the proposals. These members do not score the
proposals. The scoring team is responsible for scoring the technical proposal based on the
evaluation criteria. The selection official reviews the results and recommendations made by the
scoring team and approves the final scores of the proposals. Observers are included in the
evaluation committee to make sure that the evaluation procedure is followed and the process is
fair and transparent. Oregon conducts debriefing of the unsuccessful proposers upon their request
within 20 days of awarding the contract. The agency allows the proposers to see the winning
proposal and also the scoring results of the other proposers to enhance the transparency of the
process.
The Oregon DOT uses the following strategies to increase the transparency and fairness in the
selection process:
78
Provides detailed description, objectives, requirements, and relative weights of technical
factors in the RFQ/RFP.
The results of individual rating factors are obtained through the consensus rating of all the
members of the evaluation committee.
Clearly documents the strengths and weaknesses of the proposals.
3.4.3.7. Utah Department of Transportation
Utah DOT also uses a two-step procedure to procure their best value projects. The agency
evaluates the pass/fail and technical factors listed in the SOQ in the first step and shortlists the
proposers. Technical proposals submitted by shortlisted proposers are evaluated in the second
step. The proposals are evaluated on pass/fail, technical factors listed in the RFP. The agency
also mentions the relative importance of the technical factors in the RFPs issued to the proposers.
The agency also uses some additional evaluation criteria depending on the type of project. The
technical proposals are evaluated against the requirements mentioned in the RFP and are
assigned adjectival ratings. The price proposals are opened only after the technical evaluation is
completed. The price proposals are evaluated based on proposal price, price accuracy,
completeness and reasonableness. The price proposal carries more weight in the selection
process for Utah DOT. The proposals that exceed the 10% range of the lowest price proposal are
not considered for the best value selection.
The best value evaluation committee for the Utah DOT is comprised of three committees.
They are: 1) Analysis Committee; 2) Evaluation Committee; and 3) Selection Committee. The
analysis committee analyzes and evaluates the proposals based on the facts, added values, risks,
strengths and weakness of the proposals and identifies any deficiencies in the proposals. The
evaluation committee evaluates the proposals, reviews the ratings and assigns blind aliases to the
79
proposals. The selection committee assigns overall technical ratings to the proposals with cost
values. It also reviews the blinded technical information with the blinded price proposals and
determines the best value bidder. Debriefing is conducted to the unsuccessful proposers upon
their request. The procurement official familiar with the evaluation and selection process
debriefs the proposers. Information is provided in the areas of proposals that have weaknesses.
The Utah DOT uses the following strategies to increase the transparency and fairness in the
selection process:
Provides detailed description, objectives, requirements, and relative weights of technical
factors in the RFQ/RFP.
Clearly documents the strengths and weaknesses of the proposals.
Consultant services blinds the proposals and marks them with aliases before evaluation.
Process witnesses are appointed to ensure that the evaluation process is fair and transparent.
3.5. Summary and Discussions
This paper provides information to the state highway agencies on developing the transparent
best value selection procedure for their projects. The survey conducted for this study explains the
current state of practice of the best value procurement in the highway industry. The evaluation
criteria, award algorithms and debriefing procedures vary from project to project. The content
analysis of 79 RFQs/RFPs showed that state DOTs use various evaluation criteria, award
algorithms to obtain transparency for their best value projects. Finally, seven case studies were
conducted with the state agencies that have more experience with best value procurement to
describe their transparent best value procedure in more details.
80
The results of the research indicated that around 75% of the state agencies are using or
considering the use of best value procurement.. The content analysis of the RFQ/RFPs revealed
that the evaluation criteria used for the best value evaluation process vary from project to project.
Some state DOTs use a standard set of evaluation criteria on their projects. The content analysis
also identified the most common evaluation criteria and the award algorithms that contribute to
the transparency in the best value evaluation process mentioned in RFPs.
Finally, the case studies presented in this paper explain the evaluation criteria, award
algorithms that support transparent best value approach in detail. . The award algorithms used to
select best value projects vary. Florida and Minnesota DOTs use an adjusted score algorithm on
their projects. Florida DOT includes time value costs in their algorithm. Michigan, New York,
and Oregon DOTs use weighted criteria algorithm which is slightly different in formula. New
York DOT gives equal importance to both the price and technical proposals in the calculation of
the best value score on projects that are not budget sensitive. Oregon DOT determines the best
value score based on the quality weight and price weight according to the project requirements.
The case studies also found that to enhance transparency in the selection process agencies often
use non scoring persons in the evaluation committee to supervise the evaluation process.
3.6. Conclusions
This research investigates the best value approach to highway projects. The research
indicates that that experience and qualifications, project management, project understanding and
approach, and key personnel are the key evaluation criteria that are mostly used by the state
highway agencies. . The results of this research show that providing clear, easily understandable
and project specific evaluation criteria along with their requirements can promote transparency in
the selection process. It was also observed that weighted criteria, adjusted bid, and adjusted score
81
algorithms are most commonly used by experienced state highway agencies. The inclusion of a
non-voting person as an observer in the evaluation process helps to accomplish a fair and
transparent evaluation process of the proposals. Providing comments about the strengths and
weaknesses of the proposals during the evaluation process helps the evaluators during the
debriefing process. The use of evaluation criteria that supports the project requirements, the
transparent evaluation process supported by the most appropriate award algorithm is critical to
accomplish successful best value contracting.
Even though this research provides guidance to state highway agencies for implementing a
transparent best value selection procedure, it has some limitations. . First, some state agencies
share the competitors' proposals with the unsuccessful proposers during the debriefing while
some agencies do not. This is because of the legal system of that particular DOT. However, the
impact of this sharing or not sharing process on the transparency of the overall selection process
is unknown. Further research on this issue can promote the more competitive process. Second,
the evaluation committee is responsible for attaining transparency in the selection process. The
committee members are trained by the agencies before the evaluation process to make them
familiar with the evaluation procedure. However, there is no previous research conducted on
how the training is provided to the evaluation committee, and what the evaluation committee is
taught to look in the proposals during the evaluation process which decides the outcome of the
best value selection. Third, best value can be used on any project. The real benefits of the best
value can only be achieved when it is used on the projects that absolutely require best value
value for their successful completion. Future research on determining when to use the best value
procurement and developing a framework for using best value on highway projects will
significantly help the highway agencies.
82
3.7. References
Barrett, P. (2000). “Balancing accountability and efficiency in a more competitive public sector
environment”, Australian Journal of Public Administration, 59(3): 58-71.
Commonwealth Procurement Guidelines, 2005. [Online]. Available:
www.dofa.gov.au/ctc/docs/commonwelath-procurement-guidelines
Hilger, P.A. (2009). “Best value Procurement: Lessons Learned, A review of best Practices in
Minnesota: 2008-2009, 124pp
Hiroshi, O. (2009). “Effects of transparency in procurement practices on government
expenditure: A case study on municipal public works”, Review of Industrial organization,
34(3): 267-285
Holsti, O.R. (1969). Content Analysis for the Social Sciences and Humanities, Addison-Wesley
publishing, Massachussets.
Hui, W., R. Othman, N.H. Omar, R.A. Rahman, and N.H. Haron. (2011). “Procurement issues
in Malaysia”, International journal of public sector management, 24(6): 567-593
Korosec, L.R., and Bartle, R.J. (2003). “A review of state procurement and contracting”, Journal
of Public Procurement, 3(2): 83-85.
Molenaar, K., D. Tran, NCHRP Synthesis 471: Practices for Developing Transparent Best Value
Selection procedures, Transportation Research Board of the national Academics, Washington,
D.C., 2015, 67 pp.
83
Montana Department of Transportation. (2005). Defining Best Value, MDT, 5pp. [Online].
Available:
http://architecture.mt.gov/content/desigcoonstruction/docs/Best_Value_Definition.pdf
Nuendorf, K.A. (2002). The Content Analysis Guie Book, Sage Publications, Inc, California.
Parvin, C. (2000). “Design build: Evaluation and Award”, Roads and Bridges, 38(12): 12 pp
Scott, S., K.R. Molenaar, D.D. Gransberg, and N.C. Smith, NCHRP Report 561: Best Value
Pocurement Methods for Highway Construction Projects, Transportation Research Board of
the national Academics, Washington, D.C., 2006, 213 pp.
Weber, R.P. (1990). Basic Content Analysis, 2nd
Ed., Sage Publications, Inc, California.
84
CHAPTER 4: BEST VALUE PROCUREMENT FOR HIGHWAY DESIGN-BID-
BUILD PROJECTS*
Bharath R. Kolli1, 3
and Daniel Tran2
1 Dept. of Civil, Environmental, and Architectural Engineering, University of Kansas, USA
2 Dept. of Civil, Environmental, and Architectural Engineering, University of Kansas, USA
* Accepted for publication in the Construction specialty conference, Vancouver, British
Columbia.
Abstract: Best value procurement is the process in which factors additional to price are
considered in the selection of a contractor. Time, operation and maintenance, technical and
managerial merit, and past performance are the other key factors considered along with price in
best value projects. Compared to the low-bid procurement, best value procurement offers
several advantages, including opportunities to improve project quality, promote innovation, and
enhance project performance. Best value procurement, while commonplace in highway design-
build (D-B) projects, is limited in use for design-bid-build (D-B-B) projects. This paper explores
the procedure and existing practices of D-B-B best value contracts for highway projects. Data
were collected from a survey questionnaire, structured interviews, and case studies. The survey
questionnaire was distributed nationwide to 52 state Departments of Transportation (DOTs) to
identify the practices of using best value procurement in transportation projects. The seven
structured interviews and four case studies were conducted in detail to investigate the
opportunities and challenges of evaluation criteria, selection methodologies, and evaluation
committee structure in D-B-B best value projects. The results indicate that evaluation criteria and
selection methods are established on a project-by-project basis. The owner agency should
85
develop selection criteria and establish evaluation committees that are most beneficial to a given
project. This paper provides some guidance for state DOTs to use best value procurement for
their D-B-B projects.
4.1. Introduction
State departments of transportation (DOTs) have historically used a low bid approach to
procure construction services. Under the low bid approach, price is a sole competitive factor.
Non-price factors such as qualifications, experience, technical approaches, and innovative
solutions are not considered. Typically, the DOT awards the contract based on the lowest
responsive bid. Best-performing contractors who will deliver high quality projects are less likely
awarded the contracts in this method of contracting (Abdelrahman et al. 2010). Researchers have
identified several benefits of using low bid procurement including potential for monetary savings
(Palaneeswaran et al. 2003), easy and simple implementation, reduced protests and disputes
(Gransberg and Senadheera 1999), and a long-standing legal precedence, and enhanced
competition (Scott et al. 2006). While the low bid approach offers several advantages and is
inherently transparent, it does not always offer the best performance during and after
construction. To improve project quality and performance, a number of DOTs are increasingly
using best value procurement to deliver their transportation projects.
A review of literature indicated that a number of studies have investigated best value
procurement for highway projects. However, most of them have focused on highway design-
build (D-B) projects. Limited studies, if any have explored the use of best value procurement for
traditional design-bid-build (D-B-B) projects. Building upon the relevant literature, the objective
86
of this study is to examine how to employ best value procurement in the D-B-B delivery method
for highway projects.
4.2. Background
Best value is defined broadly in the literatre. Even in the highway industry, the best value
definition may vary by state. This study used the best value definition based on the National
Cooperative Highway Research Program (NCHRP) Report 561 as follows: best-value
procurement is “a procurement process where price and other key factors are considered in the
evaluation and selection process to minimize impacts and enhance the long-term performance
and value of construction” (Scott et al. 2006). The report also indicated that best value
procurement allows both objective and subjective elements to be considered in the selection
process. The objective elements may include contractor experience, timeliness and accuracy of
submittals, record of safety, or compliance with material and workmanship requirements. The
subjective elements may include effective management, proactive measures to mitigate risk,
training programs, customer satisfaction, and client relation.
Best value procurement is one of many procurement options. It is not ideal for every project,
but it can provide benefits on appropriate projects. Project goals and project characteristics can
determine if the use of best value will be advantageous. Goals that align well with best value
procurement include shortening of the project duration, creating opportunities for innovation,
and selecting the most qualified team. Appropriate project characteristics include opportunities
for innovation, the amount of design required to develop a competitive industry proposal, agency
experience with the process, and market capability. For example, researchers show that the best
value method more often delivers projects that meet owner expectations (El Wardani et al. 2006).
87
The projects delivered using best value usually stay close to the original budget and schedule
(Molenaar and Johnson 2003). Best value procurement is useful on those projects with unique
objectives or challenges that may be difficult to meet using traditional low-bid procurement
(MnDOT 2013).
State DOTs are increasingly using best value procurement for delivering their transportation
projects. The 1996 version of the Federal Acquisitions Regulations (FAR) stated that best-value
procurement should be selected when the project needs innovation and new technology or when
a specific type of experience is required to obtain the desired outcome (FAR 1996).
Considerations for best value procurements can include price, schedule, technical and managerial
merit, financial health and past performance (Scott et al. 2006). Because the system provides a
balance between price and qualitative considerations, it can optimize the benefits of fixed-price
sealed bidding and sole source selection. The inclusion of key factors in evaluation criteria that
match the specific needs of a particular project can raise the likelihood of meeting project
performance goals (Abdelrahman et al. 2008). In fact, public clients use best value procurement
when they aim to achieve the maximum outcome for their projects as opposed to the lowest price
(Zhang 2006).
As mentioned above, although various studies have focused on the use of best value
procurement on D-B highway projects, there is a very little research that explores how best value
procurement can be used for highway D-B-B projects. This paper attempts to fill this knowledge
gap by analyzing four case studies with state DOTs that have experience using best value
procurement on their D-B-B projects. The following sections present briefly how these four case
studies were selected.
88
4.3. Research methodology
The research methods employed in this study include three main steps: (1) a national survey,
(2) structured interviews, and (3) case studies. The objective of step 1 is to preliminarily
determine and identify the current state of practice on using best value with D-B-B projects.
Based on the results of Step 1, the author conducted interviews with seven state DOTs who have
the most experience with best value procurement. Finally, step 3 involved conducting four in
depth case studies to explore how best value procurement can be applied to these four D-B-B
projects.
4.3.1. Survey
Because of the lack of information about the best value D-B-B contracts, the authors
developed a nationwide survey to collect preliminary data. The survey consisted of 18 questions
related to the topic such as project delivery methods using the best value, experience of the
agency, evaluation criteria, selection methods, evaluation committee, debriefing, legal, and
protest information. The survey was sent to all 50 DOTs across the United States including the
District of Columbia, and Puerto Rico. After two follow-up requests, the author received
responses from 46 state DOTs. It is noted that the survey questionnaire asked the participants to
describe not only their state of practice related to the best value D-B-B approach, but their
perception regarding the use of best value procurement for D-B projects. The survey results
indicated that 19 state DOTs are using or considering the use of best value procurement in their
D-B-B projects. Based on these responses, the authors searched for relevant information on hese
states D-B-B best value projects in their websites. Much information from state DOT websites
89
could not be found about the use of best value procurement with design-bid-build apart from the
agencies like New York, Michigan, Minnesota, and Oregon.
4.3.2. Interviews
The responses from the survey were analyzed to determine which state DOTs have the most
experience on best value projects. As a result, seven state DOTs were selected for interviews to
further investigate the use of best value procurement with the D-B-B delivery method. The
interview questions were divided into four sections, including 1) proposal evaluation criteria, 2)
selection methodologies, 3) evaluation committee, and 4) debriefing procedures. The authors
invited the DOT officials to participate in an interview by phone and email. The interview
questions were sent in advance to the officials who had agreed to provide information on their
best value projects. After the interviews, the author sent a request for potential case studies on
best value D-B-B projects. In addition, the interviewees were requested to provide the documents
most relevant to their best value procedures.
4.3.3. Case Studies
Due to the lack of data collected in the survey and interviews, the case study is a main
research tool for this study. In this step, the authors analyzed documents collected from the
survey and potential case studies provided by state DOTs in the interview process. As a result,
four case studies were selected to conduct a detailed analysis. These four case studies were
selected because of the completeness of the documented best value process. In each case study,
the authors followed a rigorous case study protocol that included the following four primary
criteria: (1) evaluation criteria; (2) selection methodology; (3) evaluation committee; and (4)
debriefings. The following sections present the results of these four case projects.
90
4.4. Results and Analysis
Table 13 summarizes the key findings from evaluation criteria, best value award
algorithm, and evaluation committee of the four case projects.
91
Table 13. Best value selection process for D-B-B projects
No State
DOT
Project
Name Evaluation Criteria Best value Algorithm Evaluation Committee
1 Michigan
DOT
M-39
South
field
Freeway,
Michigan
1. Air Quality (40 points)
Contract awarded to
proposer with the
lowest composite score.
Detroit Transportation service
center (TSC) Manager
2. Noise restriction(40 points) TSC development manager
3. Managing utilities to
homes(40 points)
Composite score = Bid
price/technical score TSC delivery engineer
4. Construction traffic and
mobility (40 points) Metro region Engineer
5. Avoiding damage to adjacent
property from vibration (40
points) Metro region planning specialist
6. Local Contractor and
Workforce Participation
Concerns (150 points)
Director of MDOT office of
small business development
7. Safety and Mobility (100
points)
Contract services division
administrator
8. Schedule concerns (50
points)
2
New
York
DOT
Patroon
Island
Rehabilit
ation
Project,
New
York
1. Responsiveness to RFQ
The project is awarded
to lowest cost
responsible bid
A technical selection committee
comprised of officials from
NYSDOT.
2. Legal
3. Financial
4. Experience
5. Past Performance
3 Oregon
DOT
Dennis
L.
Edwards
Tunnel,
Washingt
on
County
1. Construction and general
tunnel experience (40 points) Price: 50%
Experts from ODOT bridge
engineering section, region 1
technical center, project
Manager, and representative
from FHWA
2. Specific tunnel experience
(24 points)
Technical
qualifications: 40%
3. Traffic control and safety
plan (16 points)
Technical Approach:
10%
Proposal with the
highest score is
awarded the project
4 Oregon
DOT
I-84:
Sandy
River-
Jordan
Road,
Bundle
210
project,
Multnom
ah County
1. Qualifications and
Experience (18 points) Price: 70%
Individuals from ODOT, non-
scoring members from outside
ODOT
2. Project Understanding and
approach (21 points)
Technical and
qualification factor:
30%
3. Key personnel (21 points)
4. In water work approach
Proposal with the
highest score is
awarded the project
(16 points) 5. Steel Box girder approach8
(points)
6. Diversity (16 points)
92
One can observe from Table 13, that the price component is an important factor in selecting
the contractor for the D-B-B best value projects. For example, in the case study with NYDOT, it
was observed that the contractor was selected based on the lowest responsible bid. The case
studies with Oregon DOT revealed that the price factor accounted for 50% and 70% associated
with Dennis Edwards Tunnel and I-84 Sandy River Jordan Road projects, respectively. However,
the technical factors considered in the evaluation process were varied depending on the project
type and characteristics. For example, Oregon DOT asked the proposers about their specific
tunnel experience with regards to the Dennis L. Edwards tunnel project. Michigan DOT
specified a list of detailed technical criteria such as air quality, noise restriction, safety and
mobility on their M-39 Southfield project. New York DOT used standard evaluation criteria that
are similar to D-B best value projects on their best value D-B-B Patroon Island Rehabilitation
Project. These evaluation criteria include responsiveness to request for qualification (RFQ),
legal, financial requirements, experience, and past performance. The following sections discuss
each case study in detail.
4.4.1. Michigan DOT case study: M-39 South Field Freeway Project
M-39 Southfield freeway project involved the reconstruction of roadway from McNichols to
M-10, roadway rehabilitation of 28 bridges, freeway lighting and signing, sanitary sewer, and
screen wall replacement. Michigan DOT (MDOT) does not have a standard procedure for their
best value projects. The selection process and evaluation criteria were determined depending on
the type and location of the project. The eight evaluation criteria for this project include: 1) air
quality, 2) noise restriction, 3) managing utilities to homes, 4) construction traffic, 5) avoiding
damage to adjacent property due to vibration, 6) local contractor and workforce participation
concerns, 7) safety and mobility, and 8) schedule concern. The maximum point available for
93
each factor is shown in Table 13. The maximum points available for the technical proposal are
500. The composite score of the proposals is calculated by dividing the bid price of the proposal
by technical score. The proposal with the lowest composite score was awarded the contract.
The technical evaluation committee was comprised of the Detroit transportation service
center (TSC) manager, development manager, delivery engineer, region engineer, region
planning specialist, and director of MDOT office of small business development. The committee
started with a baseline score and added points for innovative ideas. The final technical score of
the proposals was the consensus rating of all the committee members. Price proposals were
opened by the committee after evaluating the technical proposals. Finally, the project manager
conducted debriefings to unsuccessful proposers after their request. Detailed comments about the
strengths and weakness of the proposals were discussed in that meeting.
4.4.2. New York DOT case study: Patroon Island Rehabilitation Project
The Patroon Island bridge project involved the construction of ramps connecting the I-90
interchange with I-787, repairing the bridge decks and bearings, and painting the bridges. The
project manager worked with the chief engineer to determine the evaluation criteria for the
project. The evaluation factors for this project are responsiveness to RFQ, legal and financial
information, experience, and past performance of the proposers. These evaluation criteria for D-
B-B projects are similar to that of D-B projects. The proposals were evaluated against these
factors by the evaluation committee on the pass or fail basis. After evaluating technical criteria,
the evaluation committee evaluated the cost proposals. The proposer with the lowest cost bid was
awarded the contract.
94
The evaluation committee, which included officials from the New York DOT, was
responsible for the evaluation of the proposals and the selection of the best value contractor. The
evaluation committee was prevented from seeing the cost proposals to avoid any potential bias
during the evaluation process. The agency conducted debriefing to the unsuccessful proposers. A
debriefing was conducted by a procurement official who is familiar with the selection and
contract award process. Strengths and weaknesses of their proposals were explained to the
proposers.
4.4.3. Oregon DOT Case Studies
Oregon DOT has employed best value procurement for several D-B-B projects. To identify
the differences of using the best value approach with different type of projects, the authors
conducted two case studies in Oregon DOT.
Dennis L. Edwards Tunnel Project
This project involved removing and replacing the existing lining, improving the wall
drainage, and improving the lighting system of the tunnel along with the installation of a bike
warning system. Oregon DOT (ODOT) used price plus technical qualifications plus technical
approach best value process to select the contractor. The price factor accounted for 50% of the
weight in evaluation process while the technical qualification and approach accounted for 40%
and 10%, respectively.
The three evaluation criteria for this project included (1) construction and general tunnel
experience, (2) specific tunnel experience, and (3) traffic control and safety plan. The evaluation
committee was comprised of two technical experts (one from ODOT bridge engineering section
and the other from regional technical center), the project manager, a representative from the
95
Federal Highway Administration (FHWA), and the engineering consultants who acted as
facilitators and observers during evaluation process. The proposals were evaluated and scored
separately by the members and the average of all the scores was the final technical score of the
proposers. The project was awarded to the proposer whose combined score is the highest among
all the proposers.
I-84 Sandy River – Jordan Road, Bundle 210 project
This project was a typical highway project that involved replacing and repairing the bridge.
Different from the Dennis L. Edwards Tunnel project mentioned above, the price factor
accounted for 70% of the weight in the selection process and the technical qualifications and
approach factors accounted for 30%. The main reason for this was that the project is a typical
highway project while the tunnel project was more complex. As a result, the technical factors of
the tunnel project accounted for more weight in the evaluation process. In the tunnel project, the
agency used specific tunnel experience factor to select the proposer who have more experience
and offers the best value for the particular type of work involved. On the other hand, for the I-84
Sandy River project, which is a typical highway project, the agency preferred setting more
weight on the price factor for their D-B-B projects. In addition, the evaluation committee of this
project was simpler than that of the tunnel project. Technical experts, a member from FHWA,
and consultant were not required for this project. Only officials from ODOT and a non-scoring
member from outside ODOT were included in the evaluation committee.
4.5. Discussions
The case studies presented above illustrate the use of best value procurement in D-B-B
projects. It is observed that Michigan and Oregon DOTs develop the evaluation criteria
96
depending on the nature of the project. New York DOT has employed a similar best value D-B
project procedure for their best value D-B-B projects. In general, price accounts for the greatest
weight in the best value evaluation process for D-B-B projects. Specifically, New York awards
the project to the lowest bidder from the list of prequalified bidders while Michigan and Oregon
assign more weight to the price while calculating the best value scores. Michigan selects the best
value contract based on the least composite score, which is calculated by dividing price over the
technical score. Oregon selects the best value contractor for their D-B-B projects based on the
highest score that is combined between price and technical factors. Recently, Minnesota DOT
has published a manual for best value procurement on D-B-B projects. This manual introduces a
streamlined approach to best value procurement that can be applied to a variety of projects. The
approach, which is intended for projects that requires advance design, suggests that the agency
should develop pass-fail criteria to reflect the benefits of the project and select the low bid from
the proposals meeting the criteria (MnDOT 2013).
Based on the four case studies, one can observe that the evaluation committees are often
comprised of officials from state DOTs. In some cases officials from outside the agency (i.e.,
consultants, a representative from FHWA, or a non-scoring member) may also be included in the
evaluation committee. Typically, after awarding the best value contract, state DOTs conduct
debriefing sessions for the unsuccessful proposers. In these meetings, a member in the evaluation
committee often explains the strengths and weaknesses of their proposals.
4.6. Conclusions
Transportation agencies are increasingly using best value selection procedures to deliver
transportation projects. While low bid procurement processes are simple and transparent, they do
97
not allow agencies to evaluate additional factors that may add value to the agencies and
stakeholders. Best value procurement is often used for D-B highway projects. This paper shows
that best value approach can be applied to the traditional D-B-B projects. The case studies
presented in this paper explained about the methods adopted by the state highway agencies the
selection process of a best value contractor. The findings from this paper suggest that the use of
best value for D-B-B projects in several state DOTs brings significant benefits to their agencies.
Non-complex projects, in particular, have the potential for using streamlined best value
processes. The evaluation criteria and award algorithms need not be as complex as those found
on large D-B projects. In addition, the owner agency should develop the evaluation criteria and
establish the selection committee based on a project-by-project basis.
Although the findings from this paper encourage the use of effective best value procurement
on D-B-B delivery, the paper has several limitations. First, due to the lack of best value D-B-B
project data, it is challenging to compare the project performance between best value and low bid
procurement on D-B-B projects. Second, the sample size for this research is small. This study
has not focused on some important factors like industry outreach, stipends, and training to
evaluation committee which plays an important role in the selection of the best value contractor.
A more substantial study with consideration of other factors and a large sample size should be
performed to identify the best practices of using best value procurement on D-B-B delivery
methods. In addition, future research could determine how to streamline best value procurement,
allocate the risks equitably for the agency and contractors, and quantify the project performance
between D-B-B low bid and best value projects.
98
4.7. References
Abdelrahman, M., T. Zayed, and A. Elyamany. 2008. “Best value Model Based on Project
specific characteristics,” Journal of Construction Engineering and Management, 134(3):
179-188.
El Wardani, Marwa A., John I. Messner, and Michael J. Horman. 2006. “Comparing
Procurement Methods for Design-Build Projects.” Journal of Construction Engineering &
Management, 132(3): 230–38.
Elyamany, A., and M. Abdelrahman. 2010. “Contractor Performance Evaluation for the Best
Value of Superpave Projects.” Journal of Construction Engineering and Management, 136(5):
606–614.
Federal Acquisition Regulation (FAR). 1996. U.S. Government Printing Office, Washington,
D.C.
Gransberg, D.D., and S. Senadheera. 1999. “Design-Build Contract Award Methods for
Transportation Projects.” Journal of Transportation Engineering, 125(6): 565–567.
Minnesota Department of Transportation (MnDOT), Best Value Procurement manual, MnDOT,
St. Paul, 2013, 57 pp. [online]. Available:
http://www.dot.state.mn.us/const/tools/docs/BestValueGuide-FinalMarch2013.pdf .
Molenaar, K.R., and D.E. Johnson. 2003. “Engineering the Procurement Phase to Achieve Best
Value.” Leadership and Management in Engineering, 3(3): 137–41.
Palaneeswaran, Ekambaram, Mohan Kumaraswamy, and Thomas Ng. 2003. “Targeting
Optimum Value in Public Sector Projects through ‘best Value’-Focused Contractor Selection.”
Engineering, Construction and Architectural Management, 10(6): 418–31.
99
Scott, S., K.R. Molenaar, D.D. Gransberg, and N.C. Smith, NCHRP Report 561: Best Value
Procurement Methods for Highway Construction Projects, Transportation Research Board of
the National Academies, Washington, D.C., 2006, 213 pp.
Zhang, X. 2006. “Public Clients’ Best Value Perspectives of Public Private Partnerships in
Infrastructure Development.” Journal of Construction Engineering and Management 132(2):
107–14.
100
CHAPTER 5: SUMMARY AND CONCLUSIONS
The selection procedure of the best value contractor is key for the success of a project.
Transparency issues are a concern with the best value procurement. It is necessary for the state
DOT to adopt a transparent and fair selection process to achieve the desired outcome of a best
value transaction. This study provides a groundwork for identifying best value selection
procedures that promote transparency through a survey, content analysis, and case studies.
A national survey conducted as the first step of this research to identify the current state of
practice of the best value procurement in the highway industry. The survey responses have
indicated that 35 out of 46 agencies are using or currently using the best value procurement on
their highway projects. The content analysis performed on the best value RFP/RFQ documents of
the 35 state highway agencies concentrated mainly on the evaluation criteria, best value award
algorithm, and the debriefing procedures. The state agencies that have most experience with the
best value procurement were identified from the survey results. The interviews were conducted
to gather the information required for compiling case studies on the best value selection
procedure.
This thesis is based on a two- paper format. The first paper focuses on the content analysis of
best value RFQ/RFPs, and case studies of best value selection procedures of seven highly
experienced state DOTs identified from the survey. The seven case studies included in the paper
examine the evaluation criteria, award algorithm, evaluation committee, and debriefing process
that support transparent best value approach.
The results from the first paper indicates that clear, well documented evaluation criteria, and
their relative weights in the RFPs is crucial for the success of the best value project. The analysis
101
of the results of content analysis reveals that experience and qualifications, project management,
project understanding and approach, and key personnel are the most used evaluation criteria by
these state highway agencies. There are several other evaluation criteria like legal and financial
capacity, schedule, quality, and safety that are identified in the content analysis of the RFP
documents that can be used by the agencies, depending on the type of project and the major work
type involved in the project.
The analysis of these evaluation factors, the price proposals, and the process of combining
these non-price related factors with the price proposal to select the best value bidder has raised
concerns over the transparency of the selection process. The case studies discusses the methods
adopted by the state highway agencies to increase the transparency in the selection process of a
best value contractor. The results of these case study confirm that providing clear, easy to
understand and project specific evaluation criteria along with their requirements can promote
transparency in the selection process. It was also observed that weighted criteria, adjusted bid,
and adjusted score algorithms are most commonly used by the experienced state highway
agencies. The inclusion of a non-voting person as an observer in the evaluation process helps to
achieve a fair and transparent evaluation. The practice of debriefing the unsuccessful proposers
in a timely manner helps the proposers to understand their mistakes. Providing specific
comments about the strengths and weaknesses of the proposals during the evaluation process
helps the evaluators during the debriefing process. The use of evaluation criteria that supports the
project requirements, and the selection process which includes a transparent evaluation supported
by the most appropriate award algorithm are critical to accomplish successful best value
contracting.
102
There is a very little existing research that investigated about the use of best value
procurement in the design-bid-build method of project delivery. The second paper presented in
this thesis focuses on the use of best value procurement in the design-bid-build project delivery
method. Four case studies are conducted on the DOTs that use best value in design-bid-build
delivery method. The findings from the second paper reveals that highway agencies can
successfully use the best value procurement on their design-bid-build projects. The use of best
value procurement on the non-complex design-bid-build projects can bring significant benefits to
the highway agency. It was also observed that agencies follow the same procedures they follow
on the design build best value projects to ensure the transparency of the selection process.
In summary, the findings from this research indicate the following results that enhances the
transparency in the selection process:
1) Providing clear, easy to understand, and project specific evaluation criteria;
2) Clearly mentioning the weights, relative weights of the evaluation criteria in the
RFQ/RFPs issued to the proposers;
3) Use appropriate evaluation criteria that meets the project requirements;
4) Using weighted criteria, adjusted bid, and adjusted score algorithms to provide a
mechanism for promote transparency;
5) Use of non-voting observers or facilitators to oversee the evaluation process;
6) Providing detailed comments on the strengths and weaknesses of the proposals during the
evaluation process;
7) Debriefing the unsuccessful proposers about their proposals.
103
5.1. LIMITATIONS AND FUTURE RESEARCH
. There are several research limitations in this study. This research has observed a few
research gaps that can be filled with the help of some future research. They are:
1) The impacts of sharing or not sharing the competitor’s best value proposals with the
unsuccessful proposers during the debriefing on the transparency of the selection process.
2) The training given to the evaluation committee before the evaluation process on what to
look in the proposals.
3) When to select the best value procurement and on what projects. Developing a
framework for the selection of best value procurement for the highway projects
4) Comparison of project performance between best value and low bid procurements on
DBB projects
5) Research determining how to streamline the best value procurement and allocate the risk
equally for the contractors and the agency on design-bid-build projects.
104
REFERENCES
“The Best Value Approach; To Select a Contract Source,” U.S. Army Materiel Command AMC
Pamphlet 715-3 Volume 5, 1994.
Abdelrahman, M., Zayed, T., and Elyamany, A. (2008). “Best value Model Based on Project
specific characteristics.” Journal of Construction Engineering and Management, 134(3),
179-188.
Alsugair, A. M. (1999). ”Framework for Evaluating Bids of Construction Contractors.” Journal
of Management in Engineering, 15(2), 72–78.
Anderson, S. D., and Russel, J. S. (2001). NCHRP Report 451: Guidelines for Warranty, Multi-
Parameter, and Best Value Contracting, Transportation Research Board of the National
Academies, Washington, D.C., 76pp.
Army Source Selection Guide. (2001). Army Corps of Engineers, Office of the Assistant
Secretary of the Army, Acquisitions, Logistics and Technology, 2003.
Barrett, P. (2000). “Balancing accountability and efficiency in a more competitive public sector
environment.” Australian Journal of Public Administration, 59(3), 58-71.
Beard, J., Loukakis, M. C., and Wundram, E. C. (2001). Design-build: Planning through
development, McGraw-Hill, New York., 543 pp.
Bubshait, A. A., and Al-Gobali, K. H. (1996). ”Contractor Prequalification in Saudi
Arabia.” Journal of Management in Engineering, 12(2), 50–54.
California Department of Transportation (Caltrans), “Alternative Procurement Guide.”, Caltrans,
Sacramento, 2008, 296 pp. [online]. Available:
105
http://www.caltrans.ca.gov/hq/oppd/contracting/AlternativeProcurementGuide.pdf, (Feb. 27,
2015).
Chang, K. (2004). “Multiattribute Weighting Models for Best-Value selection in Public Sector
Design-Build Projects.” Ph.D. thesis, University of Colorado., Boulder, CO.
Commonwealth Procurement Guidelines, 2005. [Online]. Available:
<www.dofa.gov.au/ctc/docs/commonwelath-procurement-guidelines> (Mar. 13, 2015).
El Wardani, M., Messner, J., and Horman, M., (2006). “Comparing Procurement Methods for
Design-Build Projects.” Journal of Construction Engineering & Management, 132(3), 230–
238.
Elyamany, A., and Abdelrahman, M. (2010). “Contractor Performance Evaluation for the Best
Value of Superpave Projects.” Journal of Construction Engineering and Management, 136(5),
606–614.
Federal Acquisition Regulation (FAR). (2000). “Part 15 – Contracting By Negotiation,” U.S.
Government Printing Office, Washington, D.C.
Federal Acquisition Regulation (FAR). 1996. U.S. Government Printing Office, Washington,
D.C.
Georgia Department of Transportation (GDOT), “Design Build Guidebook,” GDOT, Atlanta,
2014, 94 pp. [online]. Available:
http://www.dot.ga.gov/doingbusiness/PoliciesManuals/roads/DesignBuild/001-GDOT_Design-
Build_Manual.pdf (Feb. 27, 2015).
Georgia Department of Transportation (GDOT), “Recommended guide for next generation of
transportation design build procurement and contracting in the state of Georgia.”, GDOT,
106
Atlanta, 2012, 263 pp. [online]. Available:
http://www.dot.ga.gov/BuildSmart/research/Documents/10-23.pdf , (Feb. 27, 2015).
Gransberg, D. D., Ellicott, M. A. (1997). “Best-value contracting criteria.” Cost Engineering.,
39(6), 31-34.
Gransberg, D. D., Molenaar, K. R., Scott, S., and Smith, N. C. (2006). “Implementing Best-
Value Procurement in Highway Construction Projects.” Alternative Project Delivery,
Procurement, and Contracting Methods for Highways, 60-79.
Gransberg, D.D., and Ellicott, M. A. (1996). “Best-Value Contracting: Breaking the Low bid
Paradigm,” AACE Transactions.
Gransberg, D.D., and Senadheera, S. (1999). “Design-Build Contract Award Methods for
Transportation Projects.” Journal of Transportation Engineering, 125(6), 565–567.
Hilger, P.A. (2009). “Best value Procurement: Lessons Learned, A review of best Practices in
Minnesota: 2008-2009, 124pp.
Hiroshi, O. (2009). “Effects of transparency in procurement practices on government
expenditure: A case study on municipal public works.”, Review of Industrial organization,
34(3), 267-285.
Holsti, O.R. (1969). Content Analysis for the Social Sciences and Humanities. Addison-Wesley
publishing, Massachussets, 235 pp.
Hui, W., Othman, R., Omar, N. H., Rahman, R. A., and Haron, N. H. (2011). “Procurement
issues in Malaysia.” International journal of public sector management, 24(6), 567-593.
107
Knight, L., Harland, C., Telgan, J., Thai, K.V., Callender, G., and Mcken, K. (2012). Public
Procurement: International Cases and Commentary, Routledge, London, 400 pp.
Korosec, L.R., and Bartle, R.J. (2003). “A review of state procurement and contracting.”,
Journal of Public Procurement, 3(2), 83-85.
Michigan Department of Transporation (MDOT), Best Value Performance Based Contracting,
M-39 (Southfield Freeway), Final Report, MDOT, Lansing, 2012, 107pp.
Minnesota Department of Transportation (MnDOT), Best Value Procurement manual, MnDOT,
St. Paul, 2013, 57 pp. [online]. Available:
http://www.dot.state.mn.us/const/tools/docs/BestValueGuide-FinalMarch2013.pdf .
Molenaar, K. R., and Gransberg, D. D. (2001). “Design-builder selection for small highway
projects.” Journal of Management in Engineering, 17(4), 214-223.
Molenaar, K. R., and Songer, A. (1998). “Model for Public Sector Design-Build Project
Selection.” Journal of Construction Engineering and Management, 124(6), 467–479.
Molenaar, K. R., Tran, D. (2015). NCHRP Synthesis 471: Practices for Developing Transparent
Best Value Selection procedures, Transportation Research Board of the national Academies,
Washington, D.C., 67 pp.
Molenaar, K.R., and Johnson, D. E. (2003). “Engineering the Procurement Phase to Achieve
Best Value.” Leadership and Management in Engineering, 3(3), 137–141.
Montana Department of Transportation (MDT), “Defining Best Value.”, MDT, Helena, 2005, 5
pp. [online]. Available:
http://architecture.mt.gov/content/designconstruction/docs/Best_Value_Definition.pdf, (Feb.
27, 2015).
108
New York State Department of Transportation (NYSDOT), Request to Qualify, Patroon Island
Bridge Project, NYSDOT, Buffalo, 2012, 22pp.
Nuendorf, K.A. (2002). The Content Analysis Guie Book, Sage Publications, Inc, California, 320
pp.
Oregon Department of Transportation (ODOT), Post Construction Report on A+C+D
contracting, Dennis Edwards Tunnel, ODOT, Salem, 2011, 19pp.
Oregon Department of Transportation (ODOT), Procurement Summary of I-84: Sandy River-
Jordan Road, Bundle 210, ODOT, Salem, 2009, 11pp.
Palaneeswaran, E., and Kumaraswamy, M. (2000). “Contractor Selection for Design-build
Projects,” Journal of Construction Engineering and Management, 126(5), 331- 339.
Palaneeswaran, E., Kumaraswamy, M., and Ng, T. (2003). “Targeting optimum value in public
sector projects through ‘best value’-focused contractor selection.” Engineering, Construction
and Architectural Management, 10(6), 418–431.
Palaneewaran, E., Kumaraswamy, M., and Zhang, X. Q. (2012). “Focusing on Best Value from a
Source Selection Perspective.” Australasian Journal of Construction Economics and Building,
4(1), 21–34.
Parvin, C. (2000). “Design build: Evaluation and Award.”, Roads and Bridges, 38(12), 12 pp.
Potter, K. J., and Sanvido, V. (1995). ”Implementing a Design/Build Prequalification
System.” Journal of Management in Engineering, 11(3), 30–34.
Russell, J.S. (1996). “Constructor Prequalification: Choosing the Best Constructor and Avoiding
Constructor Failure.” American Society of Civil Engineers Press, New York, N.Y., 193 pp.
109
Scott, S., Molenaar, K.R., Gransberg, D.D., and Smith, N.C. (2006). NCHRP Report 561: Best
Value Pocurement Methods for Highway Construction Projects, Transportation Research
Board of the National Academies, Washington, D.C., 213 pp.
Shane, J. S., Gransberg, D. D., Molenaar, K. R., Gladke, J. R. (2006). “Legal Challenge to a
Best-Value Procurement System.” Leadership and Management in Engineering, 6(1), 20-25.
Twomey, T. Understanding the Legal Aspects of Design Build, Means Co., 1989.
Weber, R.P. (1990). Basic Content Analysis., 2nd
Ed., Sage Publications, Inc, California, 96 pp.
Yu, W., and Wang, K. (2012). “Best Value or Lowest Bid? A Quantitative Perspective.” Journal
of Construction Engineering and Management, 138 (1), 128–134.
Yu, W., Wang, K., and Wang, m. (2013). “Pricing Strategy for Best Value Tender.” Journal of
Construction Engineering and Management, 139(6), 675-684.
Zhang, X. 2006. “Public Clients’ Best Value Perspectives of Public Private Partnerships in
Infrastructure Development.” Journal of Construction Engineering and Management, 132(2),
107–114.
110
APPENDIX A – NATIONAL SURVEY QUESTIONNAIRE
1. Responding Agency Information
Agency: .......................................
Name: ..........................................
Title: ............................................
Office/Bureau: .............................
Phone: .........................................
e-mail: .........................................
2. Is your agency currently implementing or considering best value procurements?
Yes, currently implementing best value procurements
Yes, currently considering best value procurements
No, click here to complete the questionnaire
3. What group/section do you work in?
Design group/section
Construction group/section
Operations group/section
Alternative project delivery group/section
Contracts/procurement group/section
Other, please specify: ……………………………………………
4. Is your agency currently implementing or considering best value selection on the
following project delivery methods?
111
Delivery Method Best Value Application
D-B-B Yes
No
D-B Yes
No
D-B is not currently used by agency
CM/GC or CM-
at-Risk
Yes
No
CM/GC is not currently used by
agency
Job Order
Contracting
Yes
No
Job order contracting is not currently
used by agency
Other relevant delivery methods, please specify: ……………………………
5. If the answer to Question 4 is NO for any project delivery methods, complete the
following table for each respective delivery method with a NO answer.
112
Delivery Method Best Value Application
D-B-B Traditional procurement methods are adequate
Legal or regulatory prohibitions against some methods
Agency expertise not available
Lack of staffing to oversee best value selection
Not currently in use, but could be applied in the future
Other, please specify:
D-B Traditional procurement methods are adequate
Legal or regulatory prohibitions against some methods
Agency expertise not available
Lack of staffing to oversee best value selection
Not currently in use, but could be applied in the future
Other, please specify:
CM/GC or CM- at-
Risk
Traditional procurement methods are adequate
Legal or regulatory prohibitions against some methods
Agency expertise not available
Lack of staffing to oversee best value selection
Not currently in use, but could be applied in the future
Other, please specify:
113
Job Order
Contracting
Traditional procurement methods are adequate
Legal or Regulatory prohibitions against some methods
Agency expertise not available
Lack of staffing to oversee best value selection
Not currently in use, but could be applied in the future
Other, please specify:
6. In approximately what year did your agency begin using best value procurement?
7. Approximately what percentage of your average annual construction program, in terms of
number of projects, is awarded using best value?
< 1%
1% - 5%
5%-10%
10-20%
>20%
Other, please specify the number of best value projects your agency has
awarded: …………………………….
8. Which statement(s) best describe your industry outreach efforts with best value
procurement?
Our agency did not solicit industry input into our best value procurement
procedures.
Our agency worked with industry to develop our best value procurement
procedures.
114
Our agency regularly meets with industry representatives to evaluate our best
value procurement procedures.
Industry representatives participate in best value selection committees.
Other, please specify: ……………………………………………
9. Most commonly, how does your agency convey evaluation criteria and weight in
solicitations?
Solicitations do not convey evaluation criteria weight
Solicitations convey evaluation criteria in order of importance
Solicitations convey point range for evaluation criteria
Other, please specify: ……………………………………………
10. Does your agency interview proposers as part the selection process?
Interviews are always conducted
Interviews are included in selected best value procurements
Interviews are never conducted
Other, please specify: ……………………………………………
11. Are stipends provided to unsuccessful proposers on best value procurements?
Stipends are provided on all best value procurements
Stipends are provided on selected best value procurements
Stipends are not provided
Other, please specify: ……………………………………………
12. How does your agency conduct debriefing for unsuccessful proposers? (check all that
apply)
Proposers receive a written debriefing
115
Proposers receive an oral debriefing
Proposers are allowed to review the winning proposals
Proposers do not receive a debriefing
Other, please specify: ……………………………………………
13. Do your best value evaluation committees include personnel who are not agency
employees?
Yes
No
If YES, please describe the title and role of these personnel.
14. Does your agency provide training for evaluation committees on best value procurement
selection?
General training is provided to agency personnel
Project-specific training for every project
Project-specific training for some project
Training is not provided by the agency
Other, please specify: ……………………………………………
15. Does your agency have state legislation and regulation for best value procurements?
Yes
No
If YES, can you provide a web link to the legislation?
16. Have you ever had a protest on a best value selection?
Yes
No
116
If YES, can you provide a brief description of the nature of the protest(s) and resolution?
17. Would you be willing to discuss your best value process with the research team in a
structured interview?
Yes
No
If NO, can you refer us to someone else in your agency?
Contact name:
Phone number:
Email address:
18. Do you have any other information that you would like to share with the research team
that might add value to this study?
Yes
Please use this space to add information.
No
Click here to complete the questionnaire
117
APPENDIX B – CASE EXAMPLE PROJECT QUESTIONNAIRE
A. Proposal Evaluation Criteria
1. When evaluating best value selection, what criteria do you use?
a. Does your agency have a standard set of criteria or a template with potential
criteria?
b. Please explain if/how each criterion contributes to transparency of the selection
process?
c. Please review this standard checklist if a written list is not available.
o Price (initial capital cost)
o Lifecycle
o Technical Proposal Responsiveness
o Project Schedule Evaluation
o Past Project Performance
o Key Personnel Experience and Qualification
o Project Management Plan
o Safety Record and/or Plan
o Quality Management Plan
118
o Subcontractor’s Information
o Environmental Considerations
2. Does your agency evaluate alternative designs in best value selection?
a. If yes, what criteria are used?
b. What processes are in place to ensure transparent selection?
3. How does your agency share these evaluation criteria with the proposers?
a. Are the explicit or implicate in the RFP/RFQ?
b. Are they provided with weights or an order of importance?
B. Selection Methodologies
1. Does your agency have a manual or document that specifically describes the best value
selection procedures?
a. Is there a standard procedures document?
b. Is it adjusted for each project selection?
2. Does your agency meet with proposing contractors during the procurement process?
a. Are these meetings mandatory?
b. Are the meetings open to all proposers at once or individually?
c. If they are individual meetings, how does the agency determine what is private
and what is confidential?
3. When scoring best value criteria, what methods do you use?
a. Direct point scoring?
b. Adjectival scoring?
c. Is the methods conveyed in the RFP?
119
4. When awarding best value projects, what selection algorithms do you use? Please
explain how this algorithm contributes to transparency of the selection process.
a. Use the algorithms below as a checklist for review.
o Meets Technical Criteria-Low Bid
o Fixed Price--Best Proposal
o Adjusted Bid
o Adjusted Score
o Weighted Criteria
o Quantitative Cost Technical Tradeoff
o Qualitative Cost Technical Tradeoff
C. Evaluation Committee Structure
1. How does your agency organize its best value selection committee to ensure transparent
and objective selection?
a. Does your organization use a non-voting facilitator to clarify the proposal?
b. Does your agency use a contractor representative?
2. Does your agency require training for best value selection process?
a. Is the training formalized in your agency?
b. Can you provide us with an example?
3. Are evaluators isolated during the technical scoring process?
4. Does your organization have oversight committee to supervise entire best value process?
D. Debriefing Procedures
1. How does your agency conduct debriefing for unsuccessful proposers?
a. Is it done in person, over the phone, in writing?
120
b. Is it done with each individual proposer or as a group?
c. When is the review conducted?
2. Do you have written procedures for what to share with unsuccessful proposers?
a. Can unsuccessful proposers see the proposals from other firms?
b. Can you share any written guidance on what is confidential and when information
can be shared?
E. Industry Outreach Efforts
1. How does your agency work with industry to conduct best value procurements?
a. Did you work with industry to develop the initial procedures?
b. Do you continue to work with industry to review/refine the procedures?
2. How does your agency minimize the overall industry cost of developing proposal, but
still maintain transparent and a fair best value approach?
F. Lessons Learned
1. What lessoned learned would you share with other agencies to help promote transparency
in best value selection?
2. Has your agency ever been involved in a best value selection protest?
a. What was the outcome?
Is this public record and can we obtain a copy of the findings?
121
APPENDIX C – REFERENCES FOR RFQ/RFP DOCUMENTS USED IN
CONTENT ANALYSIS
Alaska Department of Transportation & Public Facilities (DOT&PF), Request for proposals
package, March 2014, 25 pp. [online]. Available:
http://www.dot.alaska.gov/rfpdocs/02542033/02542033.pdf
Arkansas State Highway and Transportation Department (AHTD), Request for proposals,
Innovative Financing Study for the Interstate 69 Corridor, July 30, 2010, 12pp. [online].
Available:
http://www.arkansashighways.com/news/2010/RFP%20Full%20012100%20I69%20Innovativ
e%20Financing%20final.pdf
California Department of Transportation (Caltrans 2012a), Instructions to proposers, I-15/I-215
Interchange Improvements (Devore) Design-Build Project, April 17, 2012, 102 pp. [online].
Available: http://www.dot.ca.gov/hq/oppd/designbuild/devore-index.html
California Department of Transportation (Caltrans), Instructions to proposers, Design and
Construction on State Highway in Los Angeles County in the City of Baldwin park at route
10/605 Interchange, August 12, 2011, 100 pp. [online]. Available:
http://www.dot.ca.gov/hq/oppd/designbuild/la10-605rfp/ITP/07-245204_ITP2.pdf
122
California Department of Transportation (Caltrans), Instructions to proposers, San Mateo 101
Ramp Metering Design-Build Project, 97 pp. [online]. Available:
http://www.dot.ca.gov/hq/oppd/designbuild/sanmateo101rfp/ITP_04-2A7904.pdf
Colorado Department of Transportation (CDOT), Request for Proposals, US 6 over Garrsion
Street Streamlined Design Build Project, July 31, 2014, 23 pp. [online]. Available:
https://www.codot.gov/projects/us6overgarrison/final-rfp/itp/19478-sdb-final-instructions-to-
proposers.pdf/view
Colorado Department of Transportation (CDOT), Request for Proposals, I-25 North Design
Build Project, August 20, 2012, 22 pp. [online]. Available:
https://www.codot.gov/projects/I25NorthCOSDB/i-25-north-design-build-draft-rfp/I-
25%20ITP%20N%20Design%20Build.pdf/view
Colorado Department of Transportation (CDOT), Request for Proposals, Codevelopment, Multi-
Modal, I-70 Mountain Corridor Project, July 6, 2012, 37 pp. [online]. Available:
https://www.codot.gov/business/consultants/advertised-
projects/2012/Interview/RFP%20Draft%20to%20Final
Colorado Department of Transportation (CDOT), Request for Qualifications, I-70 over Havana
Street Design Build Project, April 2, 2013, 30 pp. [online]. Available:
https://www.codot.gov/projects/i70overhavana/request-for-qualifications/final-i-70-over-
havana-rfq.pdf
Connecticut Department of Transportation (ConnDOT), Request for proposals for the transit
oriented development of the Stamford parking Garage, September 24, 2012, 139 pp. [online].
Available:
123
http://www.ct.gov/dot/lib/dot/documents/aec/Stamford_Transportation_Garage_RFP_0713201
2_FINAL_3_.pdf
Connecticut Department of Transportation (ConnDOT), Request for Statement of Qualifications,
Rehabilitation of Bridges on Route, Bridgeport, April 24, 2014, 45 pp. [online]. Available:
http://www.ct.gov/dot/lib/dot/RFQ.pdf
Delaware Department of Transportation (DelDOT), Design Build Project for Indian River Inlet
Bridge, February 27, 2008, 30 pp. [online]. Available:
http://www.deldot.gov/information/projects/indian_river_bridge/pdf/rfp/new_docs/DB2_ITP_
Files/IRIB_DB2_ITP_Final.pdf?110708115336
Delaware Department of Transportation (DelDOT), Request for Proposal for Development of
land, 43 pp. [online]. Available: http://www.riverfrontwilm.com/RFP-RDC.pdf
Florida Department of Transportation (DOT), Design Build Maximum Price Request for
Proposal, CR 210 at US 1, St. Johns County, June 4, 2012, 70 pp. [online]. Available:
http://www.dot.state.fl.us/contractsadministrationdistrict2/Design%20Build/2012/E2Q67%20C
R%20210%20at%20US%201/210420-9_RFP_Draft_Ad_06-04-2012.pdf
Florida Department of Transportation (DOT), Design Build Request for Proposal, SR 50 over
Econlockhatchee River Bridge Replacement Project, Orange County, Florida, January 14,
2014, 57 pp. [online]. Available:
http://www.dot.state.fl.us/contractsadministrationdistrict5/Design%20Build/E5W31/E5W31%
20RFP%20Draft%20for%20Ad.pdf
124
Georgia Department of Transportation (GDOT), Request for Proposals for master developer,
Atlanta Downtown Multi-Modal Passenger Terminal (MMPT), February 4, 2011, 117 pp.
[online]. Available: https://www.planning.org/uploads/consultants/requests/6293_10_09-
24%20MMPT-Project-Information-Memo-FINAL.pdf
Georgia Department of Transportation (GDOT), Request for Proposals, Standard template for
Instructions to the Proposers, 11 pp.
Idaho Transportation Department (ITD), Request for Proposals, I-15 & US-20 Corridor
Controlled Fence Removal and Replacement, May 2, 2013, 64 pp. [online]. Available:
http://itd.idaho.gov/AdminServices/NonHwyConstructionProjects/PDFS/F0000012FencingCor
ridorBestValueRFP(3).pdf
Idaho Transportation Department (ITD), Request for Proposals, Lewis Clark Valley
Metropolitan Planning Organization LCVMPO), February 26, 2014, 14 pp.
Idaho Transportation Department (ITD), Request for Proposals, US-95, Little Salmon River
Bridge #18270, Idaho/Adams County, April 24, 2014, 12 pp. [online]. Available:
https://itd.idaho.gov/design/cau/solicitations/13388%20RFP.pdf
Indiana Department of Transportation (INDOT), Request for Proposals, Hoosier state intercity
passenger rail service, April 9, 2014, 19 pp. [online]. Available:
http://www.in.gov/indot/files/RFP_HoosierState.pdf
Kansas Department of Transportation (KDOT), Request for Proposals, Johnson County Gateway
Phase 2 Project, June 28, 2013, 72 pp. [online]. Available: http://jocogateway.com/wp-
content/uploads/2013/06/ITP-Instructions-to-Proposers.pdf
125
Maine Department of Transportation (Maine DOT), Request for Proposals, Falmouth-Portland
Marti’s Point Bridge Design-Build Project, March 2, 2012, 94pp.
Maine Department of Transportation (MaineDOT), Request for proposal, Design Report for
Eastern Trail Old Orchard to Saco Project, 6 pp.
Michigan Department of Transportation (MDOT), Best Value Performance Based Contracting,
M-39 (Southfield Freeway), Final Report, MDOT, Lansing, 2012, 107 pp.
Michigan Department of Transportation (MDOT), Instructions to Proposers, M-21 over I-75
Bridge Replacement Project, 2008, 32 pp.
Michigan Department of Transportation (MDOT), Request for proposals, Ann Arbor Station
Environmental Review, 2013, 123 pp. [online]. Available:
http://www.a2gov.org/departments/finance-admin
services/purchasing/Documents/RFP%20866%20Final.pdf
Minnesota Department of Transportation (MnDOT), Instructions to proposers, I-35 E MnPass
Desogn Build Project, 34 pp.
Minnesota Department of Transportation (MnDOT), Instructions to proposers, T.H. 52 Design
Build Request for Proposals, May 2002, 42 pp.
Minnesota Department of Transportation (MnDOT), Request for Qualifications, T.H. 212 Design
Build Project, March 26, 2004, 26 pp.
Minnesota Department of Transportation (MnDOT), Request for Qualifications, I-494 Design
Build Project, September 2, 2003, 26 pp. [online]. Available:
http://www.dot.state.mn.us/designbuild/i494/docs/rfq/final090203.pdf
126
Minnesota Department of Transportation (MnDOT), Request for Qualifications, I-35 W and 4th
Street Ramp Design Build Project, November 22, 2011, 25 pp.
Minnesota Department of Transporttion (MnDOT), Request for proposals, TH2 Crookston Slope
Stability Design Build Project, 31 pp.
Mississippi Department of Transportation (MDOT), Request for Proposals, Design and
Construction of SR 304 / I-269 Project, Marshall County, Mississippi, January 21, 2013, 417
pp. [online]. Available:
http://sp.mdot.ms.gov/Contract%20Administration/DesignBuild/MDOT%20Project%20NoDB
STP002903009%20%20102556304000%20Propos/RFP%20I-269.pdf
Mississippi Department of Transportation (MDOT), Request for Proposals, Bridge Widening
Project, I-55 Lincoln County, Mississippi, April 21, 2010, 315 pp. [online]. Available:
http://sp.mdot.ms.gov/Contract%20Administration/DesignBuild/Project%20No%20IM005501
097105877301%20Bridge%20Widening%20Pr/RFP%20I-
55%20District%207%20Design%20Build.pdf
Mississippi Department of Transportation (MDOT), Request for Qualifications, Improvements to
Interstate 59 Pearl River, Forrest, & Lamar Counties, Mississippi, August 19, 2013, 15 pp.
[online]. Available:
http://sp.mdot.ms.gov/Contract%20Administration/DesignBuild/Proposed%20improvements%
20to%20I59%20in%20Pearl%20River%20Lam2/RFQ%20I-59%20Final.pdf
Missouri Department of Transportation (MoDOT), Request for Proposal, Inspection and
inventory of overhead sign structures, 11 pp. [online]. Available:
127
http://www.modot.org/business/consultant_resources/documents/overheadsigninspectionrfp.pd
f
Missouri Department of Transportation (MoDOT), Request for Proposal, design of the city-arch-
river project in downtown St. Louis, December 16, 2011, 9 pp. [online]. Available:
http://modot.mo.gov/business/consultant_resources/documents/6I2413CityArchRiverDowntow
StLouisRFP12.16.11.pdf
Missouri Department of Transportation (MoDOT), Request for Proposals, Merchants Bridge
West Approach Replacement, St. Louis City, Missouri, September 19, 2014, 25 pp. [online].
Available:
http://www.modot.org/business/consultant_resources/documents/0TRRAMerchantsWestAppro
achDBRFPPart109192014I.pdf
Montana Department of Transportation (MDT), Design Build Request for Proposal, I-90
Rockfall Mitigation-West of Drexel, Mineral County, May 31, 2013, 30pp. [online]. Available:
ftp://ftp.mdt.mt.gov/contract/bidpackages/_PAST_LETTINGS/DESIGN_BUILDS/I-
90_ROCKFALL_MITIGATION_W_DREXEL/RFP_AND_ATTACHMENTS/FINAL_RFP_
053113.PDF
New Hampshire Department of Transportation (NHDOT), Instructions to Proposers: Memorial
Bridge Replacement Project Request for Proposals, Design Build Contract, Portsmouth, NH –
Kittery, Maine, April 27, 2011, 54 pp. [online]. Available:
http://www.nh.gov/dot/projects/portsmouthkittery13678f/documents/itp_addendum_3_082311.
128
New York State Department of Transportation (NYSDOT), Initial Report for SEP (Special
Experimental Project) 14, February 26, 2012, 29 pp.
New York State Department of Transportation (NYSDOT), Instructions to proposers, Tappan
Zee Hudson River Crossing Project, 2012, 231 pp. Available:
http://www.newnybridge.com/documents/bidprocess/index.html
New York State Department of Transportation (NYSDOT), Instructions to proposers, Rochester
Station Project, July 18, 2013, 187 pp. [online]. Available:
https://www.dot.ny.gov/main/business-center/designbuildproject/repository/NY-Rochester-
Station-ITP_2014_02_28.pdf
New York State Department of Transportation (NYSDOT), Request for Proposals, Interstate 81
Bridges Over Route 80 Design-Build Project, August 25, 2014, 148 pp. [online]. Available:
https://www.dot.ny.gov/main/business-
center/designbuildproject10/repository/ITP_Assembled_2014-08-25.pdf
New York State Department of Transportation (NYSDOT), Request for Proposals, I-190 and
NY Route 265 Over the New York Power Authority Reservoir, July 18, 2013, 919 pp. [online].
Available: https://www.dot.ny.gov/main/business-
center/designbuildproject2/repository/E1D06622C6BA018AE0430A3DFC05018A
New York State Department of Transportation (NYSDOT), Request for Proposals, NY Route
347 Mount Pleasant Road To Terry Road, December 9, 2013, 172 pp. [online]. Available:
https://www.dot.ny.gov/main/business-center/designbuildproject4/repository/ITP-Genl-
Instructions-DRAFT-20131209.pdf
129
New York State Department of Transportation (NYSDOT), Request for Qualifications, Route
146 Over The Mohawk River Design-Build Project, August 4, 2014, 87 pp. [online].
Available: https://www.dot.ny.gov/main/business-
center/designbuildproject13/repository/D900026_RFQ-20140804.pdf
New York State Department of Transportation (NYSDOT), Request for Proposals,
Superstructure and Bridge Replacements in Regions 2 And 9, September 5, 2014, 186 pp.
[online]. Available: https://www.dot.ny.gov/main/business-
center/designbuildproject9/repository/ITP-General_Instructions-20140905.pdf
New York State Department of Transportation (NYSDOT), Request for Proposals,
Superstructure and Bridge Replacements at Various Locations in Regions 9, August 27, 2014,
208 pp. [online]. Available: https://www.dot.ny.gov/main/business-
center/designbuildproject8/repository/ITP_FINAL-20140827.pdf
New York State Department of Transportation (NYSDOT), Request for Proposals, SR 427 over
Chemung River Design-Build Project, August 1, 2014, 171 pp. [online]. Available:
https://www.dot.ny.gov/main/business-center/designbuildproject7/repository/ITP-FINAL-
20140801.pdf
New York State Department of Transportation (NYSDOT), Request for Proposals, I-390
Interchange Improvements, September 25, 2014, 186 pp. [online]. Available:
https://www.dot.ny.gov/main/business-center/designbuildproject6/repository/ITP_FINAL-
20140925.pdf
New York State Department of Transportation (NYSDOT), Request for Proposals, Kosciuszko
Bridge over Newtown Creek, August 27, 2013, 203 pp. [online]. Available:
130
https://www.dot.ny.gov/portal/page/portal/content/delivery/region11/projects/X72977-
Home/X72977-Repository/K-Bridge%20-%20ITP%20-%20General%20Instructions.pdf
North Carolina Department of Transportation (NCDOT), Instructions to Proposers, Garden
Parkway-East Industry Draft Request for Proposals, February 23, 2012, 49 pp. [online].
Available:
http://www.ncdot.gov/projects/gardenparkway/download/gardenpkwy_docs_eastindustrydraftit
p.pdf
North Carolina Department of Transportation (NCDOT), Request for proposals, Monroe
Connector/ Bypass, August 31, 2010, 45 pp. [online]. Available:
http://www.ncdot.gov/projects/monroeconnector/download/monroe_procure_FinalITP.pdf
Ohio Department of Transportation (ODOT), Design-Build-Finance Instructions To Proposers,
April 12, 2013, 110 pp. [online]. Available:
http://www.dot.state.oh.us/Divisions/InnovativeDelivery/CCG2%20RFP/20130412-
CCG2%20Final%20RFP%20-%20Instructions%20to%20Proposers.pdf
Oregon Department of Transportation (ODOT), Post Construction Report on A+C+D
Contracting, Dennis Edwards Tunnel, ODOT, Salem, 2011, 19 pp.
Oregon Department of Transportation (ODOT), Procurement summary of I-84: Sandy River-
Jordan Road,Bundle 210, ODOT, Salem, 20111, 9 pp.
Oregon Department of Transportation (ODOT), Request for proposals, Full-Service A&E Price
Agreements for ODOT and Local Agency Transortation Projects, December 12, 2012, 25 pp.
131
Oregon Department of Transportation (ODOT), Request for proposals, Standard Instructions to
Proposers, May 21, 2009, 28 pp.
Oregon Department of Transportation (ODOT), Request for Qualifications, Interstate 5-
Mckenzie River to Goshen Grade Design Build Project, June 6, 2005, 37 pp.
Utah Department of Transportation (UDOT), Request for proposals, -15, Utah County Corridor
Expansion, November 10, 2009, 98 pp.
Utah Department of Transportation (UDOT), Request for proposals, Standard Instructions for
the Proposers Template, 44 pp.
Utah Department of Transportation (UDOT), Request for Proposals, UDOT I-15; S Payson
Interchange to Spanish Fork River, Utah County, November 2012, 1778 pp. [online].
Available: http://www.udot.utah.gov/main/uconowner.gf?n=3002428169966226
Vermont Department of Transportation (VTrans), Request for Proposals, Operations Stormwater
Management General Services Retainer, January 28, 2014, 7pp. [online]. Available:
http://vtranscontracts.vermont.gov/sites/aot_contract_administration/files/admin/RFPStormwat
er_1.pdf
Vermont Department of Transportation (VTrans), Request for Proposals for NY-VT Bi-State
Intercity Passenger Rail Study, September 9, 2010, 9 pp. [online]. Available:
http://www.railvermont.org/documents/BenningtonRFP.pdf
Vermont Department of Transportation (VTrans), Request for Proposal, Montpelier in Motion –
Bicycle and Pedestrian Master Plan, 23 pp. [online]. Available: http://www.montpelier-
vt.org/upload/news/934/files/bike_master_plan_rfp_final.pdf
132
Virginia Department of Transportation (VDOT), Request for Proposals, I-495 Northern Section
Shoulder Use Design-Build Project, February 6, 2014, 401 pp. [online]. Available:
http://www.virginiadot.org/business/resources/rfp/I-
495_Northern_Section_Shoulder_Use/105130_I-495_Shoulder_Use_RFP.pdf
Virginia Department of Transportation (VDOT), Request For Proposals, Route 29,
Charlottesville Bypass Design Build Project, September 27, 2011, 179 pp. [online]. Available:
http://www.virginiadot.org/business/resources/designbuild/29chv/Route_29_Bypass_RFP_9-
27-2011.pdf
Washington State Department of Transportation (WsDOT), Instructions to proposers, I-405/NE
6th St to I-5 Widening and Express Toll Lanes Project, July 25, 2011, 67 pp. [online].
Available:
http://www.wsdot.wa.gov/biz/contaa/DESIGNBUILDCONTRACTS/NE%206TH%20ST%20
TO%20I-5/RFP%20ITP.pdf
Washington State Department of Transportation (WSDOT), Request for proposals, Othello to
Royal City Rail Line, 40 pp. [online]. Available:
http://www.wsdot.gov/NR/rdonlyres/5E278CBA-B64D-495F-BA1D-
955BFEA1FDC5/0/RFP20140206ACQ.pdf